DEPARTMENT OF TRANSPORTATION

ADVERTISEMENT FOR BIDS SPECIAL PROVISIONS BIDDERS DOCUMENTS SUBMITTED BY:

______(Company or Firm Name)

______(Mailing Address)

______(City) (State) (Zip Code)

______(Street Address - If Different From Above)

______(City) (State) (Zip Code)

Arizona Commercial License No. ______

License Classifications(s) ______

TRACS/Proj. No.:

260 AP 394 H826901C STBG-260-C(204)T SHOW LOW-MCNARY-EAGAR HIGHWAY (SR 260) (LITTLE COLORADO RIVER BRIDGE, STR #416)

Contracts and Specifications Section 1651 West Jackson, Room 121F Phoenix, Arizona 85007-3217 ARIZONA DEPARTMENT OF TRANSPORTATION

ADVERTISEMENT FOR BIDS

BID OPENING: FRIDAY, MAY 15, 2020, AT 11 :00 A.M. (M.S.T.)

TRACS NO 260 AP 394 H826901C PROJECT NO STBG-260-C(204 )T TERMINI SHOW LOW-McNARY-EAGAR HIGHWAY (SR 260) LOCATION LITTLE COLORADO RIVER BRIDGE, STA. # 416

ROUTE NO. MILEPOST DISTRICT ITEM NO. SR 260 394.68 to 394.78 Northeast 14517

The amount programmed for this contract is $700,000. The location and description of the proposed work are as follows:

The proposed work is located in Apache County on SR 260 at Milepost 394.75, one mile west of the Town of Eagar. The work consists of constructing a new scour concrete floor underneath the existing bridge and repairing pier stem walls. The work also includes box culvert extension, shotcrete, pavement marking, signing, and other related work.

The work included in this contract shall be completed by February 1, 2021.

The Arizona Department of Transportation, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252.42 U.S.C. §§ 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, Disadvantaged Business Enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.

The minimum contract-specified goal for participation by Disadvantaged Business Enterprises in the work, as a percentage of the total amount bid, shall be 3.05.

Contract documents and other project documents are available as electronic files, at no charge, from the Contracts and Specifications website, pursuant to Subsection 102.02 of the specifications. The Contracts and Specifications Current Advertisements website is located at: http://www.azdot.gov/business/ContractsandSpecifications/Cu rrentAdvertisements.

Documents should be available within one week following the advertisement for bids.

To submit a valid bid, the bidder must (1) have prequalification from the Department as necessary for the project, and (2) be included on the project Plansholder List as a Prime. The Application for Contractor Prequalification may be obtained from the Contracts and Specifications website. Page I of2

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

SPECIAL PROVISIONS

FOR

ARIZONA PROJECT

260 AP 394 H826901C

260-C(204)T

SHOW LOW – McNARY – EAGAR HIGHWAY (SR 260)

LITTLE COLORADO RIVER BRIDGE, STR. # 416

BRIDGE PRESERVATION & SCOUR RETROFIT

PROPOSED WORK:

The proposed work is located in Apache County on SR 260 at Milepost 394.75. This bridge is located just 1 mile west of the Town of Eagar. The work consists of constructing a new scour concrete floor underneath the existing bridge and repairing pier stem walls at the existing SR 260 bridge over the Little Colorado River (Str. # 416). The work also includes the Water Canyon Creek box culvert extension, shotcrete, pavement marking, signing, and other related work.

Page 1 of 248 Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

PROFESSIONAL SEALS:

This book of specifications and related contract documents represents the efforts of the following organization:

(1) WSP USA, Inc. (2) Arizona Department of Transportation

A representative of each firm or group has affixed his/her professional seal below, which attests that those portions of these specifications which relate to the subject areas listed below:

WSP USA,USA, Inc. Inc. (Roadway,way, Drainage, Drainage, Traffic) Traffic)

2-18-20 02-19-20

Arizona Departmenta Department of Transportation of Transportation Roadside ideDevelopment Development Section Section

Arizona Departmenta Department of Transportation of Transportation (Bridge Structure)e Structure)



Page 2 of 248 Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(SPC00FA, 07/10/19)

SPECIFICATIONS:

The work embraced herein shall be performed in accordance with the requirements of the following separate documents:

Arizona Department of Transportation, Standard Specifications for Road and Bridge Construction, Edition of 2008,

Arizona Department of Transportation, Roadway Engineering Group, Construction Standard Drawings, listed in the project plans, and available on the Department’s website,

Arizona Department of Transportation, Traffic Group, Manual of Approved Signs, available on the Department’s website,

Arizona Department of Transportation, Traffic Group, Traffic Control Design Guidelines, Edition of 2010 revised in 2011, available on the Department’s website,

Manual on Uniform Traffic Control Devices for Streets and Highways, 2009 edition and Arizona Supplement to the 2009 edition, dated January, 2012,

The Proposal Pamphlet which includes the following documents:

These Special Provisions,

Appendix A Section 404 Individual Permit and Individual Section 401 Certification

Appendix B New Mexico Meadow Jumping Mouse Flyer

Required Contract Provisions Federal-Aid Construction Contracts (Form FHWA 1273 Revised May 1, 2012),

Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246), July 1, 1978, Revised November 3, 1980 and Revised April 15, 1981,

Title VI / Non-Discrimination Assurances, Appendix A Appendix E,

Page 3 of 248 Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246), July 1, 1978, Revised November 3, 1980 and Revised April 15, 1981,

Equal Employment Opportunity Compliance Reports, Federal-Aid Projects, February 1, 1977, Revised July 1, 1978, Revised November 3, 1980, Revised April 15, 1981, Revised September 7, 1983, Revised October 15, 1998, Revised January 1, 2005, Revised August 1, 2005, and Revised March 1, 2015,

Wage Determination Decision,

Bidding Schedule,

Proposal,

Surety (Bid) Bond, 12-1303,

Certification With Regard to the Performance of Previous Contracts or Subcontracts Subject to the Equal Opportunity Clause and the Filing of Required Reports, Federal Aid Projects, April, 1969, Rev. July, 2003,

Certification With Respect to the Receipt of Addenda,

Participation in Boycott of Israel Certification Form,

Disadvantaged Business Enterprise (DBE) Assurance,

BID SUBMISSION:

In submitting a bid, the bidder shall completely execute the following documents:

Proposal,

Bidding Schedule,

Surety (Bid) Bond, 12-1303,

Certification With Regard to the Performance of Previous Contracts or Subcontracts Subject to the Equal Opportunity Clause and the Filing of Required Reports, Federal Aid Projects, April, 1969, Rev. July, 2003,

Certification With Respect to the Receipt of Addenda, and

Participation in Boycott of Israel Certification Form, Disadvantaged Business Enterprise (DBE) Assurance,

Page 4 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

PROPOSAL GUARANTY:

Each bidder is advised to satisfy itself as to the character and the amount of the proposal guaranty required in the Advertisement for Bids.

CONTRACT DOCUMENTS:

The bidder to whom an award is made will be required to execute a Performance Bond and a Payment Bond, each in 100 percent of the amount of the bid, an Insurance Certificate and the Contract Agreement.

A copy of these documents is not included in the Proposal Pamphlet; however, each bidder shall satisfy itself as to the requirements of each document.

The documents, approved by the Department of Transportation, Highways Division, are identified as follows:

Statutory Performance Bond, 12-1301, September, 1992

Statutory Payment Bond, 12-1302, September, 1992

Contract Agreement, 12-0912, August, 2000

Certificate of Insurance, 12-0100, June, 1998

A copy of each document may be obtained by making a request to Contracts & Specifications.

MATERIAL AND SITE INFORMATION:

Projects requiring materials, excavation, or site investigation may have additional information available concerning the material investigations of the project site and adjacent projects. This information, when available and applicable, may be examined in the Office of the Bridge Group-Geotechnical Services, located at 205 S. 17th Avenue, Phoenix, AZ 85007-3212. The contractor may contact Bridge Group at (602) 712-7481 to schedule an appointment to examine the information. This information will not be attached to the contract documents.

Page 5 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(EPRISE, 03/13/17)

DISADVANTAGED BUSINESS ENTERPRISES:

1.0 Policy:

The Arizona Department of Transportation (hereinafter the Department) has established a Disadvantaged Business Enterprise (DBE) program in accordance with the regulations of the U.S. Department of Transportation (USDOT), 49 CFR Part 26. The Department has received Federal financial assistance from the U.S. Department of Transportation and as a condition of receiving this assistance, the Department has signed an assurance that it will comply with 49 CFR Part 26. It is the policy of the Department to ensure that DBEs, as defined in Part 26, have an equal opportunity to receive and participate in USDOT-assisted contracts. It is also the policy of the Department:

1. To ensure nondiscrimination in the award and administration of USDOT-assisted contracts; 2. To create a level playing field on which DBEs can compete fairly for USDOT-assisted contracts; 3. To ensure that the DBE program is narrowly tailored in accordance with applicable law; 4. To ensure that only firms that fully meet 49 CFR Part 26 eligibility standards are counted as DBEs; 5. To help remove barriers to the participation of DBEs in USDOT-assisted contracts; 6. To assist in the development of firms that can compete successfully in the market place outside the DBE program and; 7. To promote the use of DBEs in all types of federally-assisted contracts and procurement activities.

It is also the policy of the Department to facilitate and encourage participation of Small Business Concerns (SBCs), as defined herein in USDOT-assisted contracts. The Department encourages contractors to take reasonable steps to eliminate obstacles to SBCs’ participation and to utilize SBCs in performing contracts.

2.0 Assurances of Non-Discrimination:

The contractor, subrecipient, or subcontractor shall not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the state deems appropriate, which may include, but not limited to: (1) Withholding monthly progress payments;

Page 6 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the contractor from future bidding as non-responsible.

The contractor, subrecipient, or subcontractor shall ensure that all subcontract agreements contain this non-discrimination assurance.

3.0 Definitions:

(A) Commercially Useful Function (CUF): Commercially Useful Function is defined fully in 49 CFR 26.55 which definition is incorporated herein by reference.

(B) Committed DBE: A DBE that was identified by the contractor, typically on a DBE Affidavit, to meet an assigned DBE goal as a condition of contract award and performance, and includes any substitute DBE that has subsequently been committed work to meet the assigned contract goal.

(C) Disadvantaged Business Enterprise (DBE): a for-profit small business concern which meets both of the following requirements:

(1) Is at least 51 percent owned by one or more socially and economically disadvantaged individuals or, in the case of any publicly owned business, at least 51 percent of the stock is owned by one or more such individuals; and,

(2) Whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it.

(D) Joint Check: a two-party check between a subcontractor, DBE and/or non-DBE, a prime contractor and the regular dealer of material supplies.

(E) Joint Venture: an association of a DBE firm and one or more other firms to carry out a single, for-profit business enterprise, for which parties combine their property, capital, efforts, skills and knowledge, and in which the DBE is responsible for a distinct, clearly defined portion of the work of the contract and whose share in the capital contribution, control, management, risks, and profits of the joint venture are commensurate with its ownership interest. (F) NAICS Code: The North American Industry Classification System (NAICS) is the standard used by Federal statistical agencies in classifying business establishments for the purpose of collecting, analyzing, and publishing statistical data related to the US business economy.

(G) Non-DBE: any firm that is not a DBE.

(H) Race Conscious: a measure or program is one that is focused specifically on assisting only DBEs, including women-owned DBEs.

Page 7 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(I) Race Neutral: a measure or program is one that is, or can be, used to assist all small businesses. For the purposes of this part, race neutral includes gender- neutrality.

(J) Small Business Concern: a business that meets all of the following conditions:

(1) Operates as a for-profit business; (2) Operates a place of business primarily within the U.S., or makes a significant contribution to the U.S. economy through payment of taxes or use of American products, materials, or labor; (3) Is independently owned and operated; (4) Is not dominant in its field on a national basis; and (5) Does not have annual gross receipts that exceed the Small Business Administration size standards average annual income criteria for its primary North American Industry Classification System (NAICS) code.

Socially and Economically Disadvantaged Individuals: any individual who is a citizen (or lawfully admitted permanent resident) of the United States and who is:

(1) Any individual who is found to be a socially and economically disadvantaged individual on a case-by-case basis.

(2) Any individual in the following groups, members of which are rebuttably presumed to be socially and economically disadvantaged:

(i) "Black Americans," which includes persons having origins in any of the Black racial groups of Africa;

(ii) "Hispanic Americans," which includes persons of Mexican, Puerto Rican, Cuban, Dominican, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race;

(iii) "Native Americans," which includes persons who are enrolled members of a federally or State recognized Indian tribe, Alaskan Natives or Native Hawaiians;

(iv) “Asian-Pacific Americans,” which includes persons whose origins are from Japan, China, Taiwan, Korea, Burma (Myanmar), Vietnam, Laos, Cambodia (Kampuchea), Thailand, Malaysia, Indonesia, the Philippines, Brunei, Samoa, Guam, the U.S. Trust Territories of the Pacific Islands (Republic of Palau), the Republic of the Northern Marianas Islands, Macao, Fiji, Tonga, Kiribati, Tuvalu, Nauru, Federated States of Micronesia, or Hong Kong;

Page 8 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(v) “Subcontinent Asian Americans,” which includes persons whose origins are from India, Pakistan, Bangladesh, Bhutan, the Maldives Islands, Nepal or Sri Lanka;

(vi) Women;

(vii) Any additional groups whose members are designated as socially and economically disadvantaged by the Small Business Administration (SBA), at such time as the SBA designation becomes effective.

4.0 Working with DBEs:

The Department works with DBEs and assists them in their efforts to participate in the highway construction program. All bidders should contact the Department’s Business Engagement and Compliance Office (BECO) by phone, through email, or at the address shown below, for assistance in their efforts to use DBEs in the highway construction program of the Department. BECO contact information is as follows:

Arizona Department of Transportation Business Engagement and Compliance Office 1801 W. Jefferson Street, Ste. 101, Mail Drop 154A Phoenix, AZ 85007 Phone (602) 712-7761 FAX (602) 712-8429 Email: [email protected] Website: www.azdot.gov/bec

4.01 Mentor-Protégé Program:

The Department has established a Mentor-Protégé program as an initiative to encourage and develop disadvantaged businesses in the highway construction industry. The program encourages prime contractors to provide certain types of assistance to certified DBE subcontractors. ADOT encourages contractors and certified DBE subcontractors to engage in a Mentor-Protégé agreement under certain conditions. Such an agreement must be mutually beneficial to both parties and to ADOT in fulfilling the requirements of 49 CFR Part 23. For guidance regarding this program, refer to the Mentor-Protégé Program Guidelines available on the BECO website.

The Mentor-Protégé program is intended to increase legitimate DBE activities. The program does not diminish the DBE rules or regulations, and participants may not circumvent these rules.

Page 9 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

5.0 Applicability:

The Department has established an overall annual goal for DBE participation on Federal-aid contracts. The Department intends for the goal to be met with a combination of race conscious and race neutral efforts. Race conscious participation occurs where the contractor uses a percentage of DBEs, as defined herein, to meet the contract-specified goal. Race neutral efforts are those that are, or can be, used to assist all small businesses or increase opportunities for all small businesses. The regulation, 49 CFR 26, describes race neutral participation as when a DBE wins a prime contract through customary competitive procurement procedures or is awarded a subcontract on a prime contract that does not carry a DBE contract goal. The contractor shall meet the goal specified herein with DBEs, or establish that it was unable to meet the goal despite making good faith efforts to do so. Prime contractors are encouraged to obtain DBE participation above and beyond any goals that may be set for this project.

The DBE provisions are applicable to all bidders including DBE bidders.

6.0 Certification and Registration:

6.01 DBE Certification:

Certification as a DBE shall be predicated on:

(1) The completion and execution of an application for certification as a "Disadvantaged Business Enterprise". (2) The submission of documents pertaining to the firm(s) as stated in the application(s), including but not limited to a statement of social disadvantage and a personal financial statement. (3) The submission of any additional information which the Department or the applicable Arizona Unified Certification (UCP) agency may require to determine the firm's eligibility to participate in the DBE program. (4) The information obtained during the on-site visits to the offices of the firm and to active job-sites.

Applications for certification may be filed online with the Department or the applicable Arizona Unified Certification agency at any time through the Arizona Unified Transportation Registration and Certification System (AZ UTRACS) website at http://www.azutracs.com.

DBE firms and firms seeking DBE certification shall cooperate fully with requests for information relevant to the certification process. Failure or refusal to provide such information is a ground for denial or removal of certification. ADOT is a member of the AZ Unified Certification Program (AZUCP). Only DBE firms that are certified by the AZUCP are eligible for credit on ADOT projects. A list of DBE firms certified by AZUCP is available on the internet at http://www.azutracs.com/. The list will

Page 10 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T indicate contact information and specialty for each DBE firm, and may be sorted in a variety of ways. However, ADOT does not guarantee the accuracy and/or completeness of this information, nor does ADOT represent that any licenses or registrations are appropriate for the work to be done.

The Department’s certification of a DBE is not a representation of qualifications and/or abilities; only that the firm has met the criteria for DBE certification as outlined in 49 CFR Part 26. The contractor bears all risks of ensuring that DBE firms selected by the contractor are able to perform the work.

6.02 SBC Registration:

To comply with 49 CFR Part 26.39, ADOT’s DBE Program incorporates contracting requirements to facilitate participation by Small Business Concerns (SBCs) in federally assisted contracts. SBCs are for-profit businesses authorized to do business in Arizona that meet the Small Business Administration (SBA) size standards for average annual revenue criteria for its primary North American Industry Classification System (NAICS) code.

While the SBC component of the DBE program does not require utilization goals on projects, ADOT encourages contractors to utilize small businesses that are registered in AZ UTRACS on their contracts, in addition to DBEs meeting the certification requirement. The contractor may use the AZ UTRACS website to search for certified DBEs and registered SBCs that can be used on the contract. However, SBCs that are not DBEs will not be counted toward the DBE contract goal.

SBCs can register online at the AZ UTRACS website. The Department’s registration of SBCs is not a representation of qualifications and/or abilities. The contractor bears all risks of ensuring that SBC firms selected by the contractor are able to perform the work.

7.0 DBE Financial Institutions:

The Department thoroughly investigates the full extent of services offered by financial institutions owned and controlled by socially and economically disadvantaged individuals in its service area and makes reasonable efforts to use these institutions. The Department encourages prime contractors to use such institutions on USDOT assisted contracts. However, use of DBE financial institutions will not be counted toward the DBE contract goal.

The Department encourages prime contractors to research the Federal Reserve Board website at www.federalreserve.gov to identify minority-owned banks in Arizona derived from the Consolidated Reports of Condition and Income filed quarterly by banks (FFIEC 031 and 041) and from other information on the Board’s National Information Center database.

8.0 Time is of the Essence:

TIME IS OF THE ESSENCE IN RESPECT TO THE DBE PROVISIONS.

Page 11 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

9.0 Computation of Time:

In computing any period of time described in this DBE special provision, such as calendar days, the day from which the period begins to run is not counted, and when the last day of the period is a Saturday, Sunday, or Federal or State holiday, the period extends to the next day that is not a Saturday, Sunday, or Federal or State holiday. In circumstances where the Department’s offices are closed for all or part of the last day, the period extends to the next day on which the Department’s offices are open.

10.0 Contractor and Subcontractor Requirements:

10.01 General:

The contractor shall establish a DBE program that will ensure nondiscrimination in the award and administration of contracts and subcontracts. Agreements between the bidder and a DBE in which the DBE promises not to provide subcontracting quotations to other bidders are prohibited.

10.02 DBE Liaison:

The contractor shall designate a DBE Liaison responsible for the administration of the contractor’s DBE program. The name of the designated DBE Liaison shall be included in the DBE Intended Participation Affidavit Summary.

11.0 Bidders/Proposers List and AZ UTRACS Registration Requirement:

Under Title 49 CFR of the Code of Federal Regulations, Part 26.11, DOTs are required to collect certain information from all contractors and subcontractors who seek to work on federally-assisted contracts in order to set overall and contract DBE goals. ADOT collects this information through a Bidders/Proposers List when firms register their companies on the Arizona Unified Transportation Registration and Certification System (AZ UTRACS) web portal at http://www.azutracs.com/ a centralized database for companies that seek to do business with ADOT. This information will be maintained as confidential to the extent allowed by federal and state law.

Prime contractors and all subcontractors, including DBEs, must be registered in AZ UTRACS. Bidders may verify that their firm and each subcontractors is registered using the AZ UTRACS website.

Bidders may obtain additional information at the AZ UTRACS website or by contacting BECO.

Bidders shall create the Bidders/Proposers List in the AZ UTRACS by selecting all subcontractors, service providers, manufacturers and suppliers that expressed interest or submitted bids, proposals or quotes for this contract. The Bidders/Proposers List form must

Page 12 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T be complete and must include the names for all subcontractors, service providers, manufacturers and suppliers regardless of the bidders’ intentions to use those firms on the project.

All bidders must complete the Bidders/Proposers List online at AZ UTRACS whether they are the apparent low bidder or not. A confirmation email will be generated by the system. The bidders shall submit to BECO a copy of the email confirmation no later than 4:00 p.m. on the fifth calendar day following the bid opening. Faxed copies are acceptable.

FAILURE TO SUBMIT THE REQUIRED BIDDERS/PROPOSERS LIST CONFIRMATION EMAIL TO BECO BY THE STATED TIME AND IN THE MANNER HEREIN SPECIFIED SHALL BE CAUSE FOR THE BIDDER BEING DEEMED INELIGIBLE FOR AWARD OF THE CONTRACT.

12.0 DBE Goals:

The minimum goal for participation by DBEs on this project is as follows:

3.05 Percent

The percentage of DBE participation shall be based on the total bid.

13.0 Submission with Bids:

All bidders are required to certify in their bid proposal on the “Disadvantaged Business Enterprise Goal Assurance” certificate either:

(1) The bidder has met the established DBE goal and arrangements with certified DBEs have been made prior to the submission of the bid, or

(2) The bidder has been unable to meet the established DBE goal prior to the submission of the bid and has made good faith efforts to do so.

For the purpose of this section, ‘arrangements’ means, at a minimum, agreement between the bidder and the certified DBE, either written or oral, on unit prices and scope of work.

This certificate may not be revised or corrected after submission of the bid. If the bidder certifies that it has met the goal, the bidder cannot change its position after submission of the bid and submit documentation of a good faith effort. If the bidder certifies that it has been unable to meet the goal and has made a good faith effort, the bidder cannot change its position after submission of the bid and claim to have met or be able to meet the established goal.

Page 13 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Bids submitted with altered, incomplete or unsigned certificates will be considered non- responsive. Bids submitted with certifications on forms other than those furnished by the Department will be considered non-responsive.

14.0 Bidder Meeting DBE Goal:

14.01 General:

To be considered responsible and eligible for award of a contract, a bidder who has indicated in its bid that it met the DBE goal must submit the information described in this Subsection no later than five calendar days after bid opening.

If the bid of the apparent low bidder is rejected for any reason, the next low bidder may become the apparent low bidder only if it had submitted the information described in this Subsection or Subsection 15.01, as appropriate, no later than five calendar days after bid opening.

In order to be awarded this contract, a bidder must establish either (1) that it has met the DBE participation goal of the contract or (2) that it has made adequate good faith efforts (GFE) to meet the DBE goal. This requirement is in addition to all other pre-award requirements.

If the apparent low bidder indicates in the bid that it has met the DBE goal, the bidder shall submit a DBE Intended Participation Affidavit for each individual DBE it intends to use to meet the project DBE goal if the contract is awarded to their firm, and the Intended Participation Affidavit Summary as follows:

(1) The DBE Intended Participation Affidavit for each individual DBE, and the Intended Participation Affidavit Summary must be received by BECO no later than 4:00 P.M. on the fifth calendar day following the bid opening. Copies of these forms are available from BECO at the address, phone number or website listed in DBE Subsection 4.0. The affidavits and Summary shall indicate that the bidder has met the DBE goal if this was indicated on the submittal with the bid.

(2) The Intended Participation Affidavit Summary and the DBE Intended Participation Affidavit for each individual DBE must be accurate and complete in every detail and must be signed by an officer of the contractor(s). Percentages and dollar amounts must be accurate. Percentages shall be listed to two decimal places. The DBE Intended Participation Affidavit Summary must be submitted listing all the DBEs intended to be used and the creditable amounts.

(3) A separate DBE Intended Participation Affidavit must be submitted for each DBE used to meet the goal of the project. The bidder shall indicate each DBE's name, a description of the work the DBE will perform, bid item number, proposed subcontract amount, and the NAICS code applicable to the kind of work the firm would perform on

Page 14 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

the contract. A list of certified DBEs with their respective NAICS codes can be located on the DBE Directory at AZ UTRACS website. All partial items must be explained. If not, the DBE will be considered to be responsible for the entire item. The intended DBE must complete and sign the form to confirm its participation in the contract.

(4) The affidavits and summary may be submitted electronically through email to BECO.

(5) A bidder must determine DBE credit in accordance with DBE Subsection 18 (Crediting DBE Participation Toward Meeting Goals). The affidavit will be reviewed, and approved or rejected by BECO.

(6) Only those DBE firms certified by the Arizona Unified Certification Program (AZUCP) as of the deadline for bid submittal will be considered for DBE credit. It shall be the bidder’s responsibility to ascertain the certification status of designated DBEs.

(7) All DBE commitment amounts must be finalized between the DBE subcontractor and the bidder prior to the deadline for affidavit submittal. Bidders shall not inflate DBE awards in order to meet contract goals.

(8) The bidder bears the risk of late submission or late delivery by the postal service or a delivery service. Affidavits and Summary received by BECO after 4:00 P.M. on the fifth calendar day following the bid opening will not be accepted.

(9) Reduction of DBE commitments after affidavit submittal and prior to execution of the contract without good cause will result in the bid being rejected or the Department rescinding any award. Scheduling conflicts are not necessarily evidence of good cause as this should have been considered during pre-bid negotiations. The contractor is responsible for ensuring the DBE is available to meet the requirements of the contract.

14.02 Failure to Comply:

If the apparent low bidder fails to submit the required information by the stated time and in the manner herein specified, or if the submitted information reveals a failure to meet the requirements of the specifications, the apparent low bidder shall be ineligible to receive award of the contract and the bid will be rejected. The proposal guarantee (bid bond) shall be forfeited if no submission is made or if the State Engineer finds the submission was made in bad faith.

15.0 Documented Good Faith Effort:

15.01 General:

To be considered responsible and eligible for award of a contract a bidder who has indicated in its bid that it was unable to meet the DBE goal but made good faith efforts must

Page 15 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T submit the information described in this Subsection no later than five calendar days after bid opening.

If the bid of the apparent low bidder is rejected for any reason, the next low bidder may become the apparent low bidder only if it had submitted the information described in this Subsection or Subsection 14.01, as appropriate, no later than five calendar days after bid opening. If the apparent low bidder has stated in its bid proposal that it has been unable to meet the DBE goal, that bidder must demonstrate, through detailed and comprehensive documentation, that good faith efforts have been made to solicit, assist, and use DBE firms to meet the DBE goal prior to the bid. If the bidder certifies that it has been unable to meet the goal and has made a good faith effort, the bidder cannot change its position after submission of the bid and claim to have met the established goal.

Failure to demonstrate good faith efforts to the satisfaction of ADOT will result in the rejection of the bid. In the event that the low bid is rejected, the Department will consider award of the contract to the next responsible and responsive bidder. To be considered responsive, the bidder must have submitted the information described in either Subsection 14 or 15 of this DBE special provision, no later than five calendar days after bid opening.

The bidder’s good faith effort documentation must be submitted to and received by the Department’s BECO by 4:00 P.M. on the fifth calendar day after the bids are opened. Good faith effort documentation may be submitted electronically through email to BECO. Good faith effort documentation submitted after the time specified will not be accepted.

The bidder bears the risk of late submission or late delivery by the postal service or a delivery service.

The documentation of good faith efforts must include copies of each DBE and non-DBE subcontractor quote submitted to the bidder when a non-DBE subcontractor was selected over a DBE for work on the contract. A generalized assertion that the contractor received multiple quotes is not sufficient unless copies of those quotes are provided.

Bidders are encouraged to review Appendix A of 49 CFR Part 26.

Useful information related to encouraging DBE participation and documented good faith efforts can be found in the Department’s “Good Faith Effort Guide” and other documents made available on the internet at BECO’s website. The information provided in the “Good Faith Effort Guide” does not replace the specifications; bidders must comply with the requirements of this specification.

In order to be awarded a contract on the basis of good faith efforts, a bidder must show that it took all necessary and reasonable steps to achieve the DBE goal which, by their scope, intensity, and appropriateness to the objective, could reasonably be expected to obtain sufficient DBE participation, even if they were not fully successful. The Department will

Page 16 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T consider the quality, quantity, and intensity of the different kinds of efforts the bidder has made. The efforts employed by the bidder should be those that one could reasonably expect a bidder to make if the bidder were actively and aggressively trying to obtain DBE participation sufficient to meet the DBE goal. Mere pro forma efforts are not sufficient good faith efforts to meet the DBE contract requirements.

The bidder shall, as a minimum, seek DBEs in the same geographic area in which it generally seeks subcontractors for a given project. If the bidder cannot meet the goals using DBEs from this geographic area, the bidder, as part of its effort to meet the goals, shall expand its search to a reasonably wider geographic area.

The following is a list of types of efforts a bidder must address when submitting good faith effort documentation:

(1) Contacting the Department’s BECO prior to the submission of bids, either by email, or by telephone, to inform BECO of the firm’s difficulty in meeting the DBE goals on a given project, and requesting assistance. The bidder must document its contact with BECO, and indicate the type of contact, the date and time of the contact, the name of the person(s) contacted, and any details related to the communication. The contact must be made in sufficient time before bid submission to allow BECO to provide effective assistance. The bidder will not be considered to have made good faith efforts if the bidder failed to contact BECO. (2) Conducting market research to identify small business contractors and suppliers, and soliciting, through all reasonable and available means the interest of all certified DBEs who have the capability to perform the work of the contract. This may include attendance at pre-bid meetings and business matchmaking meetings and events, advertising and/or providing written notices, posting of “Notices of Sources Sought” and/or “Requests for Proposals” at reasonable locations, including the contractor’s website, written notices or emails to all DBEs listed in the Department’s directory of transportation firms that specialize in areas of work desired (as noted in the DBE directory) and which are located in the area or surrounding areas of the project. The bidder should solicit this interest as early in the acquisition process as practicable to allow DBEs to respond to the solicitation and submit a timely offer for the subcontract. The bidder should determine with certainty if the DBEs are interested by taking appropriate steps to follow-up initial solicitations.

(3) Selecting portions of the work to be performed by DBEs in order to increase the likelihood that the DBE goals will be achieved. This includes, where appropriate, breaking out contract work items into economically feasible units (for example smaller tasks or quantities) to facilitate DBE participation, even when the prime contractor might otherwise prefer to perform these work items with its own forces. This may include, where possible, establishing flexible time frames for performance and delivery schedules in a manner that encourages and facilitates DBE participation.

Page 17 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(4) Providing interested DBEs with adequate information about the plans, specifications, and requirements of the contract in a timely manner to assist DBEs in responding to solicitations.

(5) Negotiating in good faith with interested DBEs. It is the bidder’s responsibility to make a portion of the work available to the DBE subcontractors and suppliers, and to select those portions of work or material needs consistent with the available DBE subcontractors and suppliers, so as to facilitate DBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of DBEs that were considered; a description of the information provided from the plans and specifications for the work selected for subcontracting; and evidence as to why additional agreements could not be reached for DBEs to perform work.

Mailings to DBEs requesting bids are not alone sufficient to constitute good faith effort.

A bidder using good business judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm’s price and capabilities as well as contract goals into consideration. However, the fact that there may be some additional costs involved in finding and using DBEs is not in itself sufficient reason for a bidder’s failure to meet the DBE goal, as long as such costs are reasonable. Also, the ability or desire of a prime contractor to perform the work of a contract with its own organization does not relieve the bidder of the responsibility to make good faith efforts. However, prime contractors are not required to accept higher quotes from DBEs if the price difference is excessive or unreasonable. Documentation, such as copies of all other bids or quotes, must be submitted.

(6) Not rejecting DBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The contractor’s standing within its industry, membership in specific groups, organizations or associations and political or social affiliations (for example, union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids in the contractor’s efforts to meet the project goal.

(7) Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or contractor.

(8) Making efforts to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services.

(9) Effectively using the services of available minority/women community organizations; minority/women contractors’ groups; local, state, and Federal minority/women business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of DBEs.

Page 18 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Another practice considered an insufficient good faith effort is the rejection of the DBE because its quotation for the work was not the lowest received. The contractor must submit copies of each DBE and non-DBE subcontractor quote submitted to the bidder when a non- DBE subcontractor was selected over a DBE for work on the contract. A generalized assertion that the contractor has received multiple quotes is not sufficient unless copies of those quotes are provided. The Department may contact rejected DBEs as part of its investigation. However, nothing in this paragraph shall be construed to require the bidder or prime contractor to accept unreasonable quotes in order to satisfy contract goals.

In determining whether a bidder has made good faith efforts, the Department will review the documented efforts of the contractor and will review the performance take into account the ability of other bidders in meeting the contract to meet the DBE goal.

A promise to use DBEs after contract award is not considered to be responsive to the contract solicitation or to constitute good faith efforts.

The Department will evaluate the submittal to determine whether in fact good faith efforts have been demonstrated consistent with the specifications and the Federal regulations, 49 CFR 26, Appendix A.

15.02 Failure to Comply:

If the apparent low bidder fails to submit the required information by the stated time and in the manner herein specified, or if the submitted information reveals a failure to meet the requirements of the specifications, the apparent low bidder shall be ineligible to receive award of the contract and the bid will be rejected. The proposal guarantee (bid bond) shall be forfeited if no submission is made or if the State Transportation Board finds the submission was made in bad faith.

15.03 Appeal and Protest of Good Faith Effort Determination:

Any interested party may appeal the determination of the Business Engagement and Compliance Office to the State Engineer. That appeal must be in writing and personally delivered or sent by certified mail, return receipt requested, to the State Engineer. The protest must be received by the State Engineer no later than seven calendar days after the decision of BECO. Copies of the protest shall be sent by the protestant to every bidder, at the same time the protest is submitted to the State Engineer. Any bidder whose bid is rejected for failure to meet the goal or make GFE will be given the opportunity to meet in person with the State Engineer, at the bidder’s written request included in the protest, to discuss the issue of whether it met the goal or made adequate good faith efforts to do so.

Any interested party may submit a response to the appeal no later than seven calendar days after the appeal. Responses from interested parties must also be in writing and personally delivered or sent by certified mail, return receipt requested, to the State Engineer. Any interested party submitting such response shall also provide a copy of its

Page 19 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T response to every bidder, at the same time the protest is submitted to the State Engineer. The State Engineer shall promptly consider any appeals under this subsection and notify all bidders in writing of the State Engineer’s findings and decision.

Any interested party may protest the State Engineer’s decision to the Transportation Board, pursuant to the requirements of Subsection 103.10 of the Standard Specifications. In accordance with 49 CFR 26.53(d)(5), the result of the Board’s Decision is not subject to administrative appeal to the USDOT.

16.0 Rejection of Low Bid:

If, for any reason, the bid of the apparent low bidder is rejected, a new apparent low bidder will be identified. The Department will notify the new apparent low bidder.

A bidder may become the apparent low bidder only if it had submitted the information described in Subsection 14.01 or 15.01, as appropriate, no later than five calendar days after bid opening.

17.0 Payment Reporting:

The contractor shall report on a monthly basis indicating the amounts paid to all subcontractors, of all tiers, working on the project. Reporting shall be in accordance with Subsection 109.06(B)(5) of the specifications.

18.0 Crediting DBE Participation Toward Meeting Goals:

18.01 General Requirements:

To count toward meeting a goal, the DBE firm must be certified as of the deadline for submission of bids in each NAICS code applicable to the kind of work the firm will perform on the contract. NAICS for each DBE can be found on the AZ UTRACS under the Firm Directory. General descriptions of all NAICS codes can be found at www.naics.com.

Credit towards the contractor’s DBE goal is given only after the DBE has been paid for the work performed.

The entire amount of a contract that is performed by the DBE’s own forces, including the cost of supplies and materials purchased by the DBE for the work on the contract and equipment leased by the DBE will be credited toward DBE participation. Supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate will not be credited toward DBE participation. Work included in a force account item cannot be listed on the DBE Intended Participation Affidavit.

Page 20 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The contractor bears the responsibility to determine whether the DBE possesses the proper contractor’s license(s) to perform the work and, if DBE credit is requested, that the DBE subcontractor is certified for the requested type of work.

If a DBE cannot complete its work due to failure to obtain or maintain its licensing, the contractor bears the responsibility to notify the Engineer and BECO immediately after the contractor becomes aware of the situation, and request approval to replace the DBE with another DBE. The contractor shall follow the DBE termination/substitution requirements described in Subsection 24.0 of these DBE provisions.

The Department’s certification is not a representation of a DBE’s qualifications and/or abilities. The contractor bears all risks that the DBE may not be able to perform its work for any reason. A DBE may participate as a prime contractor, subcontractor, joint venture partner with either a prime contractor or a subcontractor, or as a vendor of materials or supplies. A DBE joint venture partner shall be responsible for a clearly defined portion of the work to be performed, in addition to meeting the requirements for ownership and control.

The dollar amount of work to be accomplished by DBEs, including partial amount of a lump sum or other similar item, shall be on the basis of subcontract, purchase order, hourly rate, rate per ton, etc., as agreed to between parties.

With the exception of bond premiums, all work must be attributed to specific bid items. Where work applies to several items, the DBE contracting arrangement must specify unit price and amount attributable to each bid item. DBE credit for any individual item of work performed by the DBE shall be the lesser of the amount to be paid to the DBE or the prime contractor's bid price. If the amount bid by the DBE on any item exceeds the prime contractor’s bid amount, the prime contractor may not obtain credit by attributing the excess to other items. Where more than one DBE is engaged to perform parts of an item (for example, supply and installation), the total amount payable to the DBEs will not be considered in excess of the prime contractor’s bid amount for that item.

Bond premiums may be stated separately, so long as the arrangement between the prime contractor and the DBE provides for separate payment not to exceed the price charged by the bonding company.

DBE credit may be obtained only for specific work done for the project, supply of equipment specifically for physical work on the project, or supply of materials to be incorporated in the work. DBE credit will not be allowed for costs such as overhead items, capital expenditures (for example, purchase of equipment), and office items.

If a DBE performs part of an item (for example, installation of materials purchased by a Non-DBE), the DBE credit shall not exceed the lesser of (1) the DBE’s contract or (2) the

Page 21 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T prime contractor’s bid for the item, less a reasonable deduction for the portion performed by the Non-DBE.

When a DBE performs as a partner in a joint venture, only that portion of the total dollar value of the contract which is clearly and distinctly performed by the DBE's own forces can be credited toward the DBE goal.

The contractor may credit second-tier subcontracts issued to DBEs by non-DBE subcontractors. Any second-tier subcontract to a DBE used to meet the goal must meet the requirements of a first-tier DBE subcontract.

A prime contractor may credit the entire amount of that portion of a construction contract that is performed by the DBE’s own forces. The cost of supplies and materials obtained by the DBE for the work of the contract can be included so long as that cost is reasonable. Leased equipment may also be included. No credit is permitted for supplies purchased or equipment leased from the prime contractor or its affiliate(s). When a DBE subcontracts a part of the work of its contract to another firm, the value of the subcontract may be credited towards the DBE goal only if the DBE’s subcontractor is itself a DBE and performs the work with its own forces. Work that a DBE subcontracts to a non-DBE firm does not count toward a DBE goal.

A prime contractor may credit the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance specifically required for the performance of a USDOT-assisted contract, provided the fees are reasonable and not excessive as compared with fees customarily allowed for similar services.

18.02 DBE Prime Contractor:

When a certified DBE firm bids on a contract that contains a DBE goal, the DBE firm is responsible for meeting the DBE goal on the contract or making good faith efforts to meet the goal, just like any other bidder. In most cases, a DBE bidder on a contract will meet the DBE goal by virtue of the work it performs on the contract with its own forces. However, all the work that is performed by the DBE bidder or any other DBE subcontractors and DBE suppliers will count toward the DBE goal. The DBE bidder shall list itself along with any DBE subcontractors and suppliers, on the DBE Intended Participation Affidavit and Summary in order to receive credit toward the DBE goal.

18.03 Effect of Loss of DBE Eligibility:

If a DBE is deemed ineligible (decertified) or suspended by the Department in accordance with 49 CFR 26.87 and 26.88, the DBE may not be considered to meet a contract goal on a new contract, but may be considered to meet the contract goal under a subcontract that was executed before the DBE suspension or decertification is effective.

Page 22 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

When a committed DBE firm or a DBE prime contractor loses its DBE eligibility and a subcontract or contract has not been executed before a decertification notice is issued to the DBE firm by its certifying agency, the ineligible firm does not count toward the contract goal. The contractor must meet the contract goal with an eligible DBE firm or firms or demonstrate good faith effort. When a subcontract is executed with the DBE firm before the Department notified the firm of its ineligibility, the contractor may continue to use the firm on the contract and may continue to receive credit toward the DBE goal for the firm’s work.

18.04 Notifying the Contractor of DBE Certification Status:

Each DBE contract of any tier shall require any DBE subcontractor or supplier that is either decertified or certified during the term of the contract to immediately notify the contractor and all parties to the DBE contract in writing, with the date of decertification or certification. The contractor shall require that this provision be incorporated in any contract of any tier in which a DBE is a participant.

18.05 Police Officers:

DBE credit will not be permitted for procuring DPS officers. For projects on which officers from other agencies are supplied, DBE credit will be given only for the broker fees charged, and will not include amounts paid to the officers. The broker fees must be reasonable.

18.06 Commercially Useful Function:

A prime contractor can credit expenditures to a DBE subcontractor toward DBE goals only if the DBE performs a Commercially Useful Function (CUF). A DBE performs a CUF when it is responsible for execution of the work of a contract and carries out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself that it uses on the project. To determine whether a DBE is performing a commercially useful function, the Department will evaluate the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the contract is commensurate with the work it is actually performing and the DBE credit claimed for its performance of the work, and other relevant factors.

A DBE will not be considered to perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. In determining whether a DBE is such an extra participant, the Department will examine similar transactions, particularly those in which DBEs do not participate.

If a DBE does not perform or exercise responsibility for at least 30 percent of the total cost of its contract with its own work force, or if the DBE subcontracts a greater portion of the

Page 23 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T work of a contract than would be expected on the basis of normal industry practice for the type of work involved, the Department will presume that the DBE is not performing a commercially useful function.

When a DBE is presumed not to be performing a commercially useful function as provided above, the DBE may present evidence to rebut this presumption. The Department will determine if the firm is performing a CUF given the type of work involved and normal industry practices.

The Department will notify the contractor, in writing, if it determines that the contractor’s DBE subcontractor is not performing a CUF. The contractor will be notified within seven calendar days of the Department’s decision.

Decisions on CUF may be appealed to the State Engineer. The appeal must be in writing and personally delivered or sent by certified mail, return receipt requested, to the State Engineer. The appeal must be received by the State Engineer no later than seven calendar days after the decision of BECO. BECO’s decision remains in effect unless and until the State Engineer reverses or modifies BECO’s decision. The State Engineer will promptly consider any appeals under this subsection and notify the contractor of the State Engineer’s findings and decisions. Decisions on CUF matters are not administratively appealable to USDOT.

The Department will conduct project site visits on the contract to confirm that DBEs are performing a CUF. The contractor shall cooperate during the site visits and the Department’s staff will make every effort not to disrupt work on the project.

18.07 Trucking:

The Department will use the following factors in determining whether a DBE trucking company is performing a commercially useful function. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting DBE goals.

The DBE must itself own and operate at least one fully licensed, insured, and operational truck used on the contract on every day that credit is to be given for trucking.

The contractor will receive credit for the total value of transportation services provided by the DBE using trucks it owns, insures and operates, and using drivers it employs.

The DBE may lease trucks from another DBE firm, including an owner-operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services.

Page 24 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The DBE may also lease trucks from a non-DBE firm, including an owner-operator. The DBE who leases trucks with drivers from a non-DBE is entitled to credit for the total value of the transportation services provided by non-DBE leased trucks with drivers not to exceed the value of transportation services on the contract provided by DBE-owned trucks or leased trucks with DBE employee drivers. Additional participation by non-DBE owned trucks with drivers receives credit only for the fee or commission paid to the DBE as a result of the lease agreement.

Example: DBE Firm X uses two of its own trucks on a contract. It leases two trucks from DBE Firm Y and six trucks from non-DBE firm Z. DBE credit would be awarded for the total value of transportation services provided by Firm X and Firm Y, and may also be awarded for the total value of transportation services provided by four of the six trucks provided by Firm Z. In all, full credit would be allowed for the participation of eight trucks. DBE credit could be awarded only for the fees or commissions pertaining to the remaining trucks Firm X receives as a result of the lease with Firm Z.

The DBE may lease trucks without drivers from a non-DBE truck leasing company. If the DBE leases trucks from a non-DBE leasing company and uses its own employees as drivers, it is entitled to credit for the total value of these hauling services.

Example: DBE Firm X uses two of its own trucks on a contract. It leases three additional trucks from non-DBE Firm Z. Firm X uses is own employees to drive the trucks leased from Firm Z. DBE credit would be awarded for the total value of the transportation services provided by all five trucks.

For purposes of this section, a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. Credit will be allowed only for those lease costs related to the time each truck is devoted to the project.

DBE credit for supplying paving grade asphalt and other asphalt products will only be permitted for standard industry hauling costs, and only if the DBE is owner or lessee of the equipment and trucks. Leases for trucks must be long term (extending for a fixed time period and not related to time for contract performance) and must include all attendant responsibilities such as insurance, titling, hazardous waste requirements, and payment of drivers.

18.08 Materials and Supplies:

The Department will credit expenditures with DBEs for material and supplies towards the DBE goal as follows. If the materials or supplies are obtained from a DBE manufacturer, 100 percent of the cost of the materials or supplies is credited. A manufacturer is defined as a firm that operates or maintains a factory or establishment that produces, on the premises,

Page 25 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T the materials, supplies, articles, or equipment required under the contract, and of the general character described by the specifications.

If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies is credited. A DBE regular dealer is defined as a firm that owns, operates, or maintains a store or warehouse or other establishment in which the materials, supplies, articles, or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A firm may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, stone or asphalt without owning, operating, or maintaining a place of business, as provided above, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers’ own distribution equipment shall be by a long-term lease agreement, and not on an ad-hoc or contract-by-contract basis. Packagers, brokers, manufacturers’ representatives, or other persons who arrange or expedite transactions are not regular dealers within the meaning of this paragraph and the paragraph above.

With respect to materials or supplies purchased from a DBE which is neither a manufacturer nor a regular dealer, the Department will credit the entire amount of the fees or commissions charged by the DBE for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, toward DBE goals, provided the fees are determined to be reasonable and not excessive as compared with fees customarily allowed for similar services. The cost of the materials and supplies themselves may not be counted toward the DBE goal.

The Department will credit expenditures with DBEs for material and supplies (e.g. whether a firm is acting as a regular dealer or a transaction expediter) towards the DBE goal on a contract-by-contract basis. The fact that a DBE firm qualifies under a classification (manufacturer, regular dealer or supplier) for one contract does not mean it will qualify for the same classification on another contract. The bidder shall be responsible for verifying whether a DBE qualifies as a DBE manufacturer, regular dealer or supplier. The bidder may contact BECO for assistance in this determination.

19.0 Effect of Contract Changes:

If for any reason it becomes apparent that the DBE goal will not be met then the contractor shall: (1) immediately notify the Engineer and BECO of the potential or actual decrease in DBE compensation, and (2) make good faith efforts to obtain DBE participation to meet or exceed the project DBE goal. BECO will approve or deny the contractor’s good faith efforts. Good faith efforts required under the provisions of this section may vary, depending on the time available, the nature of the change, who initiated the change, and other factors as determined by BECO.

Page 26 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The contractor is not required to take work committed to another subcontractor and assign it to a DBE subcontractor in order to meet the committed DBE percentage.

If the resulting change increases the scope or quantity of work being done by a DBE subcontractor, the DBE shall be given the opportunity to complete the additional work and receive additional compensation beyond their original subcontract amount.

20.0 DBE Participation Above the Goal (Race Neutral Participation):

Additional DBE participation above the DBE participation required to meet the contract DBE goal is an important aspect of the Department’s DBE program. The contractor is strongly encouraged to use additional DBEs above the DBE goal requirement in the contract to assist the Department in meeting its overall DBE goal and help the Department to meet the maximum feasible portion of its DBE goals through race neutral participation as outlined in 49 CFR Part 26.

There are fewer administrative requirements on the part of the contractor when using race neutral DBEs (DBEs not listed on the DBE Intended Participation Affidavit Summary). For example, if a DBE is not listed on the DBE Intended Participation Affidavit Summary, the DBE does not have to submit an Affidavit, and the subcontract approval process follows the same process of any other subcontract. The contractor does not have to replace the race neutral DBE with another DBE subcontractor if the race neutral DBE fails to perform. Therefore these DBEs are treated as any other subcontractor on the project.

21.0 Required Provisions for DBE Subcontracts:

All subcontracts of any tier, all supply contracts, and any other contracts in which a DBE is a party shall include, as a physical attachment, DBE Subcontract Compliance Assurances available on BECO’s website.

Contractors executing agreements with subcontractors, DBE or non-DBE, that materially modify federal regulation and state statutes such as, prompt payment and retention requirements, through subcontract terms and conditions will be found in breach of contract which may result in termination of the contract, or any other such remedy as the Engineer deems appropriate as outlined in DBE Subsection 2.0.

The Department reserves the right to conduct random reviews of DBE and non-DBE subcontract documentation to ensure compliance with federal requirements.

The contractor shall ensure that all subcontracts or agreements with DBEs to supply labor or materials require that the subcontract and all lower tier subcontracts be performed in accordance with 49 CFR Part 26.

Page 27 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

22.0 Contract Performance:

Contract items of work designated by the contractor to be awarded to DBEs shall be performed by the designated DBE or a Department-approved DBE substitute. DBE contract work items shall not be performed by the contractor, or a non-DBE subcontractor without prior approval by BECO. The DBE must perform a commercially useful function; that is, the DBE must manage, perform, and supervise a distinct element of work.

The contractor is required to use DBEs identified to meet the contract goal, so the prime contractor is responsible for ensuring that the DBEs are available to meet scheduling, work and other requirements on the contract.

The Department will visit the contract worksite to conduct reviews to ensure compliance with DBE requirements. The reviews may include, among other activities, interview of DBEs and their employees and the contractor and its employees. The contractor shall cooperate in the review and make its employees available. The contractor shall inform the Engineer in advance when each DBE will be working on the project to help facilitate reviews.

The Department reserves the right to inspect all records of the contractor and all records of the DBEs and non-DBE subcontractors concerning this contract. The contractor must make all documents related to all contracts available to ADOT upon request in accordance with Subsection 107.18.

In accordance with Subsection 108.01 of the specifications, the contractor shall provide to the Engineer, at the pre-construction conference, copies of all completed and signed subcontracts, purchase orders, invoices, etc., with all committed DBEs. These documents shall include the AZ UTRACS Registration number for the subcontractor or materials supplier. Use of every DBE listed on the DBE Intended Participation Affidavit Summary is a condition of this contract. The contractor shall utilize the specific DBEs listed to perform the work and supply the materials for which each is listed on the Intended Participation Affidavit Summary unless the contractor obtains the Department’s written consent. The contractor shall not be entitled to any payment for work or material that is not performed or supplied by the listed DBE, unless the Department has consented in writing.

23.0 Joint Checks:

23.01 Requirements:

A DBE subcontractor and a material supplier (or equipment supplier) may request permission for the use of joint checks for payments from the prime contractor to the DBE subcontractor and the supplier. Joint checks may be issued only if all the conditions in this subsection are met.

Page 28 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

1. The DBE subcontractor must be independent from the prime contractor and the supplier, and must perform a commercially useful function. The DBE subcontractor must be responsible for negotiating the price of the material, determining quality and quantity, ordering the materials, installing (where applicable), and paying for the material. The DBE subcontractor may not be utilized as an extra participant in a transaction, contract, or project in order to obtain the appearance of DBE participation. 2. The use of joint checks will be allowed only if the prime contractor, DBE subcontractor, and material supplier establish that the use of joint checks in similar transactions is a commonly recognized business practice in the industry, particularly with respect to similar transactions in which DBE’s do not participate. 3. A material or supply contract may not bear an excessive ratio relative to the DBE subcontractor’s normal capacity. 4. There may not be any exclusive arrangement between one prime and one DBE in the use of joint checks that may bring into question whether the DBE is independent of the prime contractor. 5. Any arrangement for joint checks must be in writing, and for a specific term (for example, one year, or a specified number of months) that does not exceed a reasonable time to establish a suitable credit line with the supplier. 6. The prime contractor may act solely as the payer of the joint check, and may not have responsibility for establishing the terms of the agreement between the DBE subcontractor and the supplier. 7. The DBE must be responsible for receiving the check from the prime contractor and delivering the check to the supplier. 8. The prime contractor cannot require the DBE subcontractor to use a specific supplier, and the prime contractor may not participate in the negotiation of unit prices between the DBE subcontractor and the supplier.

23.02 Procedure and Compliance:

1. The Business Engagement and Compliance Office must approve the agreement for the use of joint checks in writing before any joint checks are issued. The prime contractor shall submit a DBE joint check request form, available from the BECO website, along with the joint check agreement, to BECO through email within seven calendar days from the time the subcontract is executed.

2. After obtaining authorization for the use of joint checks, the prime contractor, the DBE, and the supplier must retain documentation to allow for efficient monitoring of the agreement.

3. Copies of canceled checks must be submitted, with the payment information for the period in which the joint check was issued, electronically through email to BECO, and made available for review at the time of the onsite CUF review. The prime contractor, DBE, and supplier each have an independent duty to report to the Department in the case of any change from the approved joint check arrangement.

Page 29 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

4. Any failure to comply will be considered by the Department to be a material breach of this contract and will subject the prime contractor, DBE, and supplier to contract remedies and, in the case of serious violations, a potential for termination of the contract, reduction or loss of prequalification, debarment, or other remedies which may prevent future participation by the offending party.

24.0 DBE Termination/Substitution:

24.01 General Requirements:

The contractor shall make all reasonable efforts to avoid terminating or substituting a DBE listed on the DBE Intended Participation Affidavit Summary. At a minimum, the contractor shall negotiate in good faith, give timely notices and/or extend deadlines to the extent that it will not jeopardize the contract with the Department. Reasonable methods to resolve performance disputes must be applied and documentation provided to the Department before attempting to substitute or terminate a DBE.

24.02 Contractor Notice of Termination/Substitution:

All terminations, substitutions, and reductions in scope of work to be performed by DBEs listed on the DBE Intended Participation Affidavit Summary must be approved in writing by BECO. The contractor shall contact the Department within 24 hours from the first sign of any reason for potential DBE termination/substitution.

The contractor shall not terminate a DBE subcontractor listed on the DBE Intended Participation Affidavit or complete the work contracted to the DBE with its own forces or with a non-DBE firm without the Department’s written consent. Before submitting a formal request to the Department for DBE termination/substitution, the contractor shall give written notice to the DBE subcontractor with a copy to BECO of its intent to terminate or substitute the DBE identifying the reason for the action. The notice shall include the deadline for the DBE to submit a written response advising the contractor and BECO of its position, which shall be a minimum of five calendar days after the notice is given. The Department will consider both the contractor’s request and the DBE firm’s response before approving the contractor’s termination and substitution request.

24.03 Contractor Request for Termination/Substitution:

The contractor shall formally request the termination or substitution of a DBE listed on the DBE Intended Participation Affidavit Summary by submitting the DBE Termination/Substitution Request form, available from the BECO website, and supporting documentation to BECO. The submission shall include the following information:

1) The date the contractor determined the DBE to be unwilling, unable, or ineligible to perform.

Page 30 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

2) A brief statement of facts describing the situation and citing specific actions or inaction by the DBE firm giving rise to contractor’s assertion that the DBE firm is unwilling, unable, or ineligible to perform. 3) A brief statement of the good faith efforts undertaken by the contractor to enable the DBE firm to perform. 4) The total dollar amount currently paid for work performed by the DBE firm. 5) The total dollar amount remaining to be paid to the DBE firm for work completed, but for which the DBE firm has not received payment, and over which the contractor and the DBE firm have no dispute. 6) The projected date that the contractor requires a substitution or replacement DBE to commence work, if consent is granted to the request. 7) The DBE’s response to the notice of intent to terminate. If there is no response from the DBE within the time allowed in the notice of intent to terminate, the contractor shall state that no response was received.

Any requests for substitutions or terminations of DBEs shall be made on the forms provided online by BECO.

Written consent for terminating the performance of any DBE listed on the DBE Intended Participation Affidavit Summary will be granted only where the contractor can demonstrate good cause showing that the DBE is unable, unwilling, or ineligible to perform. Such written consent to terminate any DBE shall concurrently constitute written consent to substitute or replace the terminated DBE. Termination or substitution of a DBE listed on the DBE Intended Participation Affidavit Summary will not be allowed based solely on a contractor's ability to negotiate a more advantageous contract with another subcontractor. The Department will consider both the contractor's request and DBE's response and explanation before approving the contractor's termination and substitution request.

24.04 Good Cause:

The Department will make the determination of good cause by providing written consent to the contractor after evaluating the contractor’s good cause to terminate or substitute a DBE firm. Good cause for this purpose includes the following in relation to the listed DBE subcontractor:

1. Fails or refuses to execute a written contract. 2. Fails or refuses to perform the work of its subcontract in a way consistent with normal industry practice standards. However, good cause does not exist if the failure or refusal of the DBE subcontractor to perform its work on the subcontract results from the bad faith or discriminatory action of the prime contractor. 3. Fails or refuses to meet the prime contractor’s reasonable, nondiscriminatory bond/insurance requirements. 4. Becomes bankrupt, insolvent, or exhibits credit unworthiness. 5. Is ineligible to work on public works projects because of suspension and debarment proceedings pursuant to federal or state law.

Page 31 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

6. Is not a responsible contractor. 7. Voluntarily withdraws from the project and provides written notice of its withdrawal to the Department. 8. Is ineligible under a specific NAICS code to receive DBE credit for the type of work required. 9. A DBE owner dies or becomes disabled with the result that the firm is unable to complete its work on the contract. 10. Other documented good cause that the Department determines compels the termination or substitution of the DBE subcontractor.

24.05 DBE Termination/Substitution Good Faith Effort:

If the Department approves the termination of a DBE, the contractor shall make good faith efforts to find another DBE subcontractor to substitute for the original DBE. The good faith efforts as identified in DBE Subsection 15.0 shall be directed at finding another DBE to perform at least the same amount of work under the contract as the DBE that was terminated, to the extent needed to meet the contract goal. If a replacement DBE is not identified for the original DBE’s work, the good faith efforts shall be documented and provided to the Department within seven calendar days from the date the Department approves the termination. The Department will review when the termination was made, the nature of the efforts to replace the terminated DBE, and other factors as determined by BECO.

A prime contractor’s inability to find a replacement DBE at the original price is not alone sufficient to support a finding that good faith efforts have been made to replace the original DBE. The fact that the contractor has the ability and/or desire to perform the contract work with its own forces does not relieve the contractor of the obligation to make good faith efforts to find the replacement DBE, and it is not a sound basis for rejecting a prospective replacement DBE’s reasonable quote.

The termination of a DBE firm shall not relieve the contractor of its obligations under this Special Provision, and the unpaid portion of the terminated DBE firm’s subcontract will not be counted toward the DBE goal.

If the Department has eliminated items of work subcontracted to a committed DBE, the prime contractor shall still make good faith efforts to replace the DBE with another DBE to the extent necessary to meet the goal. The Department will review the quality, thoroughness, and intensity of those efforts and give consideration to when the change was made, the nature of the change, and other factors as determined by BECO.

When a DBE substitution is necessary, the contractor shall submit an amended DBE Intended Participation Affidavit and Intended Participation Affidavit Summary to BECO for approval with the substitute DBE’s name, description of work, NAICS code, AZ UTRACS registration number, and dollar value of work to the Engineer and the Department’s BECO. Approval from BECO must be obtained prior to the substituted DBE beginning work.

Page 32 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

24.06 Sanctions:

Failure by the contractor to carry out the requirements of the Department’s DBE Termination/Substitution specifications is a material breach of contract and will result in such remedies as the Department deems appropriate, which will include, but are not limited to the assessment of liquidated damages. The Department will deduct from monies due or becoming due to the contractor, the dollar amount of the wrongfully substituted/replaced DBE subcontract plus 25 percent of the amount remaining to be paid to the DBE as liquidated damages. These liquidated damages shall be in addition to all other retention or liquidated damages provided for elsewhere in the contract.

In determining whether liquidated damages will be assessed, the extent of the liquidated damages, or additional remedies assessed, the State Construction and Materials Engineer will consider whether there have been other violations on this or other contracts, whether the failure by the contractor to carry out the requirements of the Department’s DBE Termination/Substitution was due to circumstances beyond the contractor’s control, and other circumstances.

25.0 Certification of Final DBE Payments:

The contractor’s achievement of the goal is measured by actual payments made to the DBEs. The contractor shall submit the “Certification of Final DBE Payments form for each DBE firm working on the contract. This form shall be signed by the contractor and the relevant DBE, and submitted to the Engineer no later than 30 days after the DBE receives final payment.

ADOT will use this certification and other information available to determine applicable DBE credit allowed to date by the contractor and the extent to which the DBE firms were fully paid for that work. By the act of filing the forms, the contractor acknowledges that the information is supplied in order to justify the payment of state and federal funds to the contractor.

The contractor will not be released from the obligations of the contract until the “Certification of Final DBE Payments” forms are received and deemed acceptable by the Engineer and BECO.

26.0 Sanctions for Not Meeting Contract DBE Goal:

If the Department determines that the contractor has, without justification, not met the established DBE goal the Department will, at its discretion, deduct up to two times the amount of the unattained portion of established DBE goal from monies due or becoming due the contractor as liquidated damages, based on the circumstances of the noncompliance.

Page 33 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

In determining whether liquidated damages will be assessed and the amount of the liquidated damages, the State Construction and Materials Engineer will consider whether there have been other violations on this or other contracts, whether the failure was due to circumstances beyond the control of the contractor, whether the contractor has made good faith efforts to meet the goal, and other appropriate circumstances. The contractor may, within 15 calendar days of receipt of the decision of the State Construction and Materials Engineer, escalate the decision to the State Engineer. If the contractor does not escalate the decision of the State Construction and Materials Engineer, in writing, within 15 calendar days of receipt of the decision, the contractor will be deemed to have accepted the decision and there will be no further remedy for the contractor. If the contractor escalates the decision to the State Engineer, and the contractor does not agree with the State Engineer’s decision, the contractor may initiate litigation, arbitration or mediation pursuant to Subsection 105.21(D) and (E) of the Standard Specifications.

In addition to any other sanctions, willful failure of the contractor, DBE or other subcontractor to comply with this contract or with the Federal DBE regulations may result in disqualification from further contracting, subcontracting, or other participation in the Department’s projects.

27.0 False, Fraudulent, or Dishonest Conduct:

In addition to any other remedies or actions, the Department will bring to the attention of the US Department of Transportation any appearance of false, fraudulent, or dishonest conduct in connection with the DBE program, so that USDOT can take steps such as referral to the Department of Justice for criminal prosecution, referral to the USDOT Inspector General for possible initiation of suspension and debarment proceedings against the offending parties or application of “Program Fraud and Civil Penalties” rules provided in 49 CFR Part 31.

GENERAL REQUIREMENTS:

Availability of Documents:

The following project documents will be available in electronic format on the Contracts and Specifications website:

 Project Plans  Special Provisions  Proposal Pamphlet  Cross Sections  Earthwork Quantity Sheets  Reports (if available)  Existing Ground Digital Terrain Model (DTM)  Design Ground Digital Terrain Model (DTM)

Page 34 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The project plans, special provisions, proposal pamphlet, cross sections, earthwork quantity sheets, and any applicable reports are provided in PDF format. The Department makes no representation or warranties as to the compatibility, usability, or readability of the PDF documents with any system, software, hardware, or application package other than that on which the files were originally saved. The contractor bears the sole risk of any modifications, manipulations, or alterations to the plans, special provisions, proposal pamphlet, and any applicable reports.

The existing ground DTM and the design DTM, if applicable, are provided as DGN files. They are provided for information purposes and contractor convenience only. The DTMs are not part of the contract documents. The contractor’s use of the information in the DTMs is at the contractor’s sole risk. The Department makes no representation or warranties as to the compatibility, usability, or readability of the DTMs with any system, software, hardware, or application package other than that on which the files were originally prepared. The version of Microstation used to save the DTMs is indicated at http://www.azdot.gov/business/engineering-and-construction/CADD.

The Department is providing the electronic project files to bidders for informational purposes in conjunction with work or services to be provided to the Department under this project. Any use of the electronic files for any purposes other than for this project is prohibited.

Cargo Preference Act:

1.0 Description

The Federal Highway Administration (FHWA) in partnership with the Federal Maritime Administration has mandated the implementation of 46 CFR 381 making the requirements of the Cargo Preference Act (CPA) applicable to the Federal Aid Highway Program.

The requirements apply to items transported by ocean vessel.

The requirements of 46 CFR 381 apply to materials or equipment acquired for a specific federal-aid highway project. In general, the requirements are not applicable to goods or materials that come from inventories independent of FHWA-funded contracts.

Information related to the CPA is presented in “Cargo Preference Requirements – Questions and Answers” available from the FHWA at htps://www.fhwa.dot.gov/construction/cqit/cargo/qa.cfm.

2.0 Contract Requirements

The contractor shall comply with the requirements of the Cargo Preference Act 46 CFR 381.7(a)-(b). By executing a construction contract for this project, the contractor agrees:

Page 35 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(1) To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels.

(2) To furnish within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, ‘on-board’ commercial ocean bill-of-lading in English for each shipment of cargo described in the paragraph above to both the Engineer and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590.

(3) To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this contract.

BLM Material Sources:

If the contractor elects to pursue the use of material sources on BLM land under Title 30 Code of Federal Regulations, it is at the contractor’s sole risk, and the Department bears no responsibility for any delays or costs associated with the request to use material sources on BLM Land.

The Department will not request or pursue any “free-use permit” under Title 23 Code of Federal Regulations or any other arrangement with BLM on this project.

No extension in contract time or compensation will be granted for any attempt by the contractor to utilize BLM land.

Seeding Maintenance Period

Item 8050003, SEEDING (Class II), includes a 45 calendar-day maintenance period for each area on which seeding is required. The contractor shall schedule its work activities to ensure that all areas requiring seed are completed in time to allow the 45 calendar-day maintenance stage to be finalized prior to final acceptance.

No time extension will be granted for failure to complete the 45 calendar-day maintenance period prior to final acceptance.

Erosion / Sediment Control and Stormwater Quality

The contractor shall give attention to the impact of the construction operations upon natural landscape, and shall take care to maintain natural surroundings undamaged. The contractor shall minimize soil disturbance by implementing Low Impact Development (LID) methods to control erosion as close as possible to the source of disturbance.

Page 36 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The contractor shall maintain the independence of discrete locations of construction by accessing through the paved area only. In addition, the contractor shall minimize off- pavement (off-road) soil/ground disturbance at each discrete construction location to ensure disturbance is less than one-acre (< 1 acre). No unpaved temporary construction roads shall be created to directly connect discrete locations of soil/ground disturbance. If the contractor reaches or exceeds one-contiguous-acre ( ≥ 1 contiguous acre ) permit threshold above/outside the Jurisdictional Waters of the U.S. during construction, the contactor shall include and conform to the instructions of 104SWDEQ Stored Specifications, as well as Arizona Pollutant Discharge Elimination System (AZDES) at no additional cost to the Department.

The contractor shall use all means necessary to significantly reduce impacts by staging/stockpiling and carrying out project activities in such a way as to minimize the potential for erosion and discharge of pollutants from the project site. In addition to what is shown in the plans and/or details, the contractor shall apply perimeter/containment control Wattle Best Management Practices (BMPs) or temporary stormwater quality Control Measures (CMs) on the down-slope perimeter of construction disturbed areas, unpaved on-site staging/storage, and unpaved on-site stockpiling at no additional cost to the Department. The contractor shall also apply wattles parallel to the slope contours and beyond the toe of new guardrail end treatment pad slopes. To prevent sediment from bypassing the perimeter control BMP/CM end, the end of the BMP/CM shall be turned up the slopes for a minimum of three (3) feet to form an “L” shape. No portion of the BMPs/CMs shall be installed within six (6) feet from the edge of the pavement. BMPs/CMs shall not be placed over any driveways or access roads that intersect with the roadway mainline. Unless otherwise called out in the plans/details and approved by the Engineer, such BMPs/CMs shall not be placed on the flow path of inlets and outlets of drainage facilities. All BMPs/CMs shall be installed in accordance with the manufacturer’s instructions. Moreover, perimeter/containment control BMPs/CMs shall be applied outside and above adjacent wetlands, as well as water courses. The contractor shall adjust the field layout of erosion control and sediment prevention elements according to the actual limits of soil/ground disturbance as approved by the Engineer. The contractor shall also observe ADOT traffic safety standards when installing perimeter/containment control BMPs/CMs in the traffic clear zone/recovery area.

With the approval of the Engineer, the contractor may choose to replace straw/excelsior Wattles/Logs with equivalent or enhanced BMP/CM products of compost Logs/Wattles, bio- socks, filter socks, compost socks, or compost tubes covering reinforced geotextile fabric as the outer layer at no additional cost to the Department. Such replacement may be applicable to protect sensitive biological resources (native species and/or habitats) within the project limit or its vicinity. For paved or rocky surface, the compost perimeter/containment control and stormwater quality protection BMPs/CMs shall have enough weight so that no staking shall be required for flat construction zones, and gentle slopes of less than five percent (5%). The equivalent compost BMP/CM products stated above shall demonstrate same or better stormwater pollutants loading/filtering capacities as well as qualities in comparison with straw/excelsior Wattles/Logs. All fabric materials of

Page 37 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T compost perimeter/containment control and stormwater quality protection BMPs/CMs shall be biodegradable. No separate measurement or direct payment will be made for the replacement of the straw/excelsior Wattles/Logs with compost BMP/CM products; the cost being considered is included in the price of the respective contract item of Wattles/Logs.

Compost material used for perimeter/containment control and stormwater quality protection BMPs/CMs shall not discharge harmful pollutants/nutrients that impair stormwater quality. The Engineer shall randomly sample/exam a minimum of three (3) compost-filled BMPs/CMs by opening the outer fabric layer. Non-compost materials such as: animal manures/wastes, city biosolids, rocks, tree barks, unspecified wood chips, construction debris, soil clumps, and/or other unspecified inert material shall NOT be allowed within the compost BMP/CM products.

Wattles/logs, silt fences, bio-socks, filter socks, compost socks, or compost tubes shall be deemed as temporary stormwater quality CMs/BMPs. The non-biodegradable and/or non- photodegradable components of such temporary CMs/BMPs shall be removed when the project site has achieved stabilization as approved by the Engineer.

The contractor is responsible to maintain the functional longevity and good working condition of all temporary stormwater quality protection CMs/BMPs during the entire contract time. No separate measurement or direct payment will be made for the maintenance and/or replacement of such temporary CMs/BMPs to assure manufacturer- specified functionality; the cost being considered is included in the price of the respective contract items.

All Rock Mulch and Rock Riprap used for erosion/sediment control shall be placed and shaped as shown on the CMs/BMPs’ plans/details. Rock Mulch/Riprap materials shall be fractured/crushed rocks in angular shape and as defined in the Section 810 / 913 of Standard Specifications. Unless otherwise called out in the plans/details/estimates or as directed by the Engineer, natural river-run materials, especially the rounded natural river rocks/cobblestones and pebbles are not acceptable. The color of Rock Mulch and Rock Riprap shall be harmonized with the natural surrounding rock/inert artificial existing ground cover material as approved by the Engineer in accordance with ADOT construction Professional Landscape Architect’s (PLA’s) evaluation.

During construction, the contactor shall minimize vehicular travel or equipment operation on the unpaved soil areas to maximum extent practicable (MEP). The contractor shall develop and implement procedures to avoid earth disturbance, soil compaction, and damage to vegetative cover from vehicular travel or equipment operation during inclement weather or unsuitable soil conditions. The contractor shall stabilize all construction disturbed soil areas at no additional cost to the Department. Furthermore, the contractor shall minimize off-site sedimentation including minor miscellaneous dirt, dust, rock fragments or construction debris by eliminating the tracking of such contaminates from construction sites.

Page 38 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

No grout, concrete or wash water shall be disposed within the project limits or its vicinity. The contractor shall install concrete washout CM/BMP as needed and under the direction of the Engineer at no additional cost to the Department. This CM/BMP shall include proper disposal of all excess grout, concrete, and wash water.

The contractor shall not use unpaved areas within the project limits for staging or stockpiling without first installing erosion control and sediment prevention CMs/BMPs and as directed and approved by the Engineer. Staging and stockpiling on the unpaved areas shall be avoided to MEP.

Erosion/Sediment Control Beyond the Project Limits

The contractor shall apply erosion/sediment and water quality protection CMs/BMPs as required by the commercial material source owner and environmental permit standard at no additional cost to the Department.

The contractor shall apply erosion/sediment and water quality protection CMs/BMPs for off- project-site staging, material storage, maintenance yard, disposal spots, and stockpiling areas as required by the facility owner and environmental permit standard at no additional cost to the Department.

If the contractor elects to obtain off-project sites for staging, stockpiling, material storage, maintenance yard, or waste disposal, the contractor shall meet the requirements for erosion/stormwater quality control within the written agreements with facility/land owner, as well as environmental permits for such operations.

Coordination with Other Projects:

The contractor shall coordinate the work, traffic control and scheduling with any other adjacent projects that are underway to avoid delays and conflicts.

Work Hour Restrictions:

No construction work will be allowed on and during the following holiday periods, unless otherwise approved by the engineer.

Holiday Start Date End Date

Labor Day September 4, 2020 September 8, 2020 Columbus Day October 12, 2020 October 13, 2020 Veteran's Day November 11, 2020 November 12, 2020 Thanksgiving Day November 25, 2020 November 30, 2020 Christmas Day December 24, 2020 December 28, 2020 New Year's Day December 31, 2020 January 4, 2021 Civil Rights Day January 18, 2021 January 19, 2021

Page 39 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Holiday periods are from 6:00 pm of the last working day prior to the holiday start date through 6:00 am of the holiday end date. The contractor shall plan his construction operations accordingly.

The contractor shall maintain all traffic lanes on all holidays and as directed by the Engineer. During work periods, the contractor shall maintain a minimum of one lane of traffic in each direction on each roadway.

Access Road, Stock Pile And Staging Area:

There will be no separate measurement or payment for preparation of the access road, stockpile and staging areas.

At the end of construction, the contractor shall restore the access road, staging and stockpile areas to their original condition. The contractor shall scarify the staging and stockpile areas and abandoned access road to 12 inches in depth. There will be no measurement or payment for this work, the cost being considered to be included in other contract items.

Environmental Mitigation Requirements:

The project mitigation measures are not subject to change without written approval from ADOT Environmental Planning. The Contractor shall follow all the requirements of the permits specified herein and comply with the project specifications.

All disturbed soils not paved that will not be landscaped or otherwise permanently stabilized by construction will be seeded using species native to the project vicinity.

 The contractor shall develop a Noxious and Invasive Plant Species Treatment and Control Plan in accordance with the requirements in the contract documents. Plants to be controlled shall include those listed in the State and Federal Noxious Weed and the State Invasive Species list in accordance with State and Federal Laws and Executive Orders. The plan and associated treatments shall include all areas within the project right of way and easements as shown on the project plans. The treatment and control plan shall be submitted to the Engineer for the Arizona Department of Transportation Construction and Professional Landscape Architect for review and approval prior to implementation by the contractor

 Prior to the start of ground-disturbing activities, the contractor shall arrange for and perform the control of noxious and invasive species in the project area

 To prevent the introduction of invasive species seeds, the contractor shall inspect all earthmoving and hauling equipment at the storage facility. All vehicles and equipment shall be washed and free of all attached plant/vegetation and soil/mud debris prior to entering the construction site.

Page 40 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

 To prevent invasive species seeds from leaving the site, the contractor shall inspect all construction equipment and remove all attached plant/vegetation and soil/mud debris prior to leaving the construction site.

 Listed fish species and native frogs shall be removed from the work area prior to any in-water work activities. Fish exclusion activities will be performed under the direction of a qualified and permitted biologist provided by the Department.

 No work shall be conducted in flowing surface water unless fish exclusion measures are being implemented.

 All concrete shall be poured in the dry channel or within confined waters not being dewatered to surface waters and shall be allowed to cure for at least 24 hours before contact with surface water is allowed.

 The contractor shall stop work immediately and inform the Engineer if surface flows enter the in-water work area at any time following the initial isolation or diversion activities. The Engineer will arrange for fish and native frog exclusion and relocation per the US Fish and Wildlife Service–approved plan before allowing work to commence again.

 Water shall not be withdrawn from the Little Colorado River for construction purposes.

 Prior to initiation of construction activities, all personnel who will be on-site, including, but not limited to, the contractor, contractors’ employees, supervisors, inspectors, and subcontractors shall review the attached Arizona Department of Transportation Environmental Planning “Identifying the New Mexican Meadow Jumping Mouse” pamphlet. (See Appendix B)

 The contractor shall follow all herbicide label requirements.

 The contractor shall only use those herbicides labeled for use to the edge of bodies of water or with aquatic labeling within application buffer zones.

 During application of imazapyr (aquatic), the contractor shall establish a buffer zone of 30 feet between the area of application and the river for spot applications, 350 feet for mechanized ground applications, and 300 feet for mechanized ground applications when a steady wind of at least 3 mph is blowing away from the body of water. This applies to 1 mile upstream in any contributing channel, tributary, or spring run, and 300 feet downstream of any habitat.

 During application of glyphosate (aquatic), the contractor shall establish a buffer zone of 30 feet between the area of application and the river for spot applications, 350 feet for mechanized ground applications, and 300 feet for mechanized ground

Page 41 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

applications when a steady wind of at least 3 mph is blowing away from the body of water. This applies to 1 mile upstream in any contributing channel, tributary, or spring run, and 300 feet downstream of any habitat.

 The contractor shall use the lowest pressure, largest droplet size, and the largest volume of water permitted by the label to obtain adequate treatment success of herbicides.

 The contractor shall not perform broadcast applications of glyphosate and other broad-spectrum herbicides within the project limits.

 The contractor shall follow the recommended general protection measures from White (2007).

 Within 200 feet of the ordinary high water mark of the Little Colorado River, the contractor will apply herbicide using hand-wand backpack equipment using liquid streams or relatively coarse sprays to minimize spray drift.

 If any burrowing owls are located during construction, the contractor shall stop work at that location and notify the Engineer immediately. The Engineer will contact the Arizona Department of Transportation Environmental Planning biologist at (602.712.6819 or 602.712.7767) to determine whether the owls can be avoided or must be relocated. If owls must be relocated, the Arizona Department of Transportation will employ a biologist holding a permit from the US Fish and Wildlife Service to relocate burrowing owls from the project area, as appropriate.

 The contractor shall not cause injury or death to swallows, including eggs and nestlings. If work will occur that will directly impact nesting swallows from February 1 to August 31 of any calendar year the contractor shall adhere to the following:

o The contractor shall completely remove all existing swallow nests within 100 feet of work areas after August 31 but prior to February 1 to prevent swallows from reusing those nests.

o The contractor shall implement exclusionary measures to prevent swallows from building new nests within areas directly impacted by construction activities. Exclusionary measures shall be implemented in all areas where swallows are likely to nest, and may include (a) continually removing nesting materials during early nest construction when eggs or nestlings are not present, (b) installing exclusionary netting (wire or plastic mesh 0.75 inch or less in diameter), (c) installing deterrent spike strips, and/or (d) installing polytetrafluoroethylene (Teflon) sheeting

o The contractor shall not disturb any active swallow nests (completed or partially completed nests that contain eggs or nestlings). If any active nest is

Page 42 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

discovered within 100 feet of construction activities, work shall stop and the Arizona Department of Transportation Environmental Planning biologist shall be contacted (602.622.9622 or 602.712.6819) to evaluate the potential for disturbance of nests.

o The contractor shall monitor and maintain the effectiveness of exclusionary measures daily. Netting shall be maintained such that it remains in place without any loose areas or openings that could trap and/or entangle birds. Spike strips shall be maintained such that they remain in place. Teflon sheeting shall be reapplied as often as necessary to remain effective.

 If swallow exclusion measures fail, the contractor shall:

o Inform the Engineer as soon as swallow nest building occurs and determine whether the area can be avoided until nests are no longer active

o Hire a qualified biologist to survey bird nests within 100 feet of construction areas and provide a report to the Environmental Planning biologist (602.622.9622 or 602.712.6819) with the number of affected nests for each species of bird. The resume for the selected biologist shall be approved by the Engineer in coordination with the ADOT Biologist prior to conducting the survey.

o Determine whether to wait for the nestlings to fledge or apply for a US Fish and Wildlife Service Migratory Bird Treaty Act Special Purpose permit from the USFWS Regional office in Albuquerque, New Mexico.

o If the permit is approved, hire a wildlife rehabilitator licensed by USFWS to relocate and rehabilitate all affected eggs or nestlings.

o Any costs incurred as a result of delays related to failure of swallow exclusion measures, including waiting until the nests are not active and/or time required to obtain a Migratory Bird Treaty Act relocation permit and the eggs or nestlings to be relocated from the work area shall be the contractor’s responsibility.

o If vegetation clearing will occur during the migratory bird breeding season (March 1–August 31), the contractor shall avoid any active bird nests. If the active nests cannot be avoided, the contractor shall notify the Engineer to evaluate the situation. During the non-breeding season (September 1– February 28) vegetation removal is not subject to this restriction.

 The contractor shall complete a National Standards for Hazardous Air Pollutants (NESHAP) notification for the work associated with the box culvert and submit to the Engineer, who shall submit it to the Arizona Department of Transportation environmental planning hazardous material coordinator (602.920.3882 or 602.712.7767) for a five (5) working day review and approval. Upon approval, the

Page 43 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

contractor shall file the notification with the Arizona Department of Environmental Quality at least ten (10) working days prior to the commencement of work associated with the box culvert extension work.

(101ABRV, 03/15/18)

SECTION 101 DEFINITIONS AND TERMS:

101.01 Abbreviations: of the Standard Specifications is modified to add:

ARPA Arizona Rock Products Association

IFI International Fasteners Institute

ISO International Organization for Standardization

ISSA International Slurry Surfacing Association

NICET National Institute for Certification in Engineering Technologies

NEC National Electrical Code

NRMCA National Ready Mixed Concrete Association

NSPS National Society of Professional Surveyors

NTPEP National Transportation Product Evaluation Program

PPI Plastic Pipe Institute

SSPC Society for Protective Coatings

(101DEFN, 02/22/16)

SECTION 101 DEFINITIONS AND TERMS:

101.02 Definitions:

Bidding Schedule: of the Standard Specifications is revised to read:

The prepared schedule containing the estimated quantities of the pay items for which unit bid prices are invited. Working Day: of the Standard Specifications is revised to read:

Page 44 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

A day, exclusive of Saturdays, Sundays and State-recognized holidays, beginning at midnight, extending for a twenty-four hour period, and ending at midnight. Any Saturday, Sunday, or State-recognized holiday on which the contractor has been approved to work will also be counted as a working day. Working days on which weather conditions do not permit work on the project to proceed, as determined by the Engineer, will not be charged.

(102PREQ, 07/10/19)

SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS

102.02 Prequalification of Bidders: the title and text of the Standard Specifications is revised to read:

102.02 Prerequisites for Bidding:

(A) General:

To submit a valid bid, the bidder must:

(1) have prequalification from the Department as necessary for the project, in accordance with paragraph (B) of this Subsection, and

(2) be included on the project Plansholder List as a Prime in accordance with paragraph (C) of this Subsection.

(B) Prequalification of Bidders:

Prior to submitting a bid, the bidder will (unless waived by the Department) be required to be prequalified with the Department to bid on the project. The submission of Prequalification information and determination of Prequalification shall be in accordance with the requirements of the Rules for Prequalification of Contractors as approved and adopted by the Department.

(C) Plansholder List:

It is the bidder’s responsibility to ensure that their firm is on the Plansholder List as a Prime prior to submitting a bid.

Firms can register electronically requesting placement on the project Plansholder List as either a Prime or Subcontractor/Vendor as follows:

(a) Go to the C&S Website. (b) Select “Current Advertisements”.

Page 45 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(c) Identify the project of interest.

(d) Click on the “Register” icon.

(e) Select the “Bidder” or “Subcontractor/Vendor” radio button.

(f) Complete all required fields.

(g) Click “Save”. This submits the request to the Department.

(h) If all required information is provided, the “ADOT C&S Advertisement Registration Confirmation Screen” will appear. An email will also be sent to the email address provided acknowledging the request.

Requests to be included on the Plansholder List as a Prime will be evaluated by the Department to determine whether the bidder is prequalified for the project. The Department cannot guarantee that requests to be on the Plansholder List will be considered if the request is submitted less than five working days prior to the bid opening. The Department will send an email to the email address provided notifying the contractor of the results of their request.

The Department’s email will state whether the request was approved or denied. More information regarding the Department’s decision may be obtained by contacting the Contracts and Specifications Section. If an individual from a firm submits a duplicate request to be placed on the Plansholder List, the request will be denied. The Department will register the contact person listed on the duplicate request to receive email notices of updates to the project. The Department will send an email to the email address provided notifying the contractor of the results of their request.

(D) Registration for Notifications:

Firms on the Plansholder List as a Prime or a Subcontractor/Vendor will receive notification of any changes to the project. Other interested parties can register electronically to receive email notification of any changes to the project as follows:

(a) Go to the C&S Website.

(b) Select “Current Advertisements”.

(c) Identify the project of interest.

(d) Click on the “Register” icon.

(e) Select the “Other” radio button.

Page 46 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(f) Select the “Yes” radio button in response to “Are you interested in registering to be notified about any changes made to this advertisement?”

(g) Complete all required fields.

(h) Click “Save”. This submits the request to the Department.

(i) If all required information is provided, the “ADOT C&S Advertisement Registration Confirmation Screen” will appear. An email will also be sent to the email address provided acknowledging the request.

All parties registering to receive notifications will be sent an email when changes are made to the project.

(102NOBID, 09/19/12)

SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS:

102.03 Suspension from Bidding: of the Standard Specifications is revised to read:

The Department may suspend any person and any subsidiary or affiliate of any person from further bidding to the Department and from being a subcontractor or a supplier or otherwise participating in the work:

(A) If that person or any officer, director, employee or agent of that person is convicted, in this State, or any other jurisdiction, of a crime involving any of the following elements or actions:

(1) Entering into any contract, combination, conspiracy or other unlawful act in restraint of trade or commerce;

(2) Knowingly and willfully falsifying, concealing, or covering up a material fact by trick, scheme, or device;

(3) Making false, fictitious, or fraudulent statements or representations;

(4) Making or using a false writing or document knowing it to contain a false, fictitious, or fraudulent statement or entry;

(5) Misrepresentation or false statement on any application for bonding;

(6) Misrepresentation or false statement on any application for prequalification; or

Page 47 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(B) If the Department makes a finding of any of the above or finds that the contractor is not a Responsible Bidder or a Responsible Contractor.

(C) If the Department determines that a contractor, subcontractor, or supplier has repeatedly or willfully failed to comply with federal or state immigration laws.

Under this subsection, a person means any individual, partnership, joint venture, corporation, association or other entity formed for the purpose of doing business as a contractor, subcontractor or supplier.

The signature of the bid proposal by a bidder constitutes the bidder's certification, under penalty of perjury under the laws of the United States, that the bidder, or any person associated therewith in the capacity of owner, partner, director, officer, principal investor, project director, manager, auditor, or any position involving the administration of federal funds, has not been, or is not currently, under suspension, debarment, voluntary exclusion or been determined ineligible by any federal agency within the past three years. Signature of the bid proposal also certifies, under penalty of perjury under the laws of the United States, that the bidder does not have a proposed debarment pending. In addition, signature of the bid proposal certifies that the bidder has not been indicted, convicted, or had a civil judgment rendered against (it) by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three years.

Any exceptions to the above paragraph shall be noted and fully described on a separate sheet and attached to the bid proposal.

(102PRPMT, 07/10/19)

SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS:

102.04 Contents of Proposal Pamphlet: of the Standard Specifications is revised to read:

The proposal pamphlet will state the location and description of the contemplated construction and will show the approximate estimate of the various quantities and kinds of work to be performed or materials to be furnished and will have a schedule of items for which unit bid prices are invited. The proposal pamphlet will state the time in which the work must be completed, the type and amount of the proposal guaranty and the date, time and place of the opening of proposals. The pamphlet will also include any Special Provisions or requirements which vary from or are not included in the Standard Specifications. Additional contract documents applicable to the specific project are listed in the Special Provisions.

Page 48 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(102ISSPSL, 07/10/19)

SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS:

102.05 Issuance of Proposals: of the Standard Specifications is revised to read:

The Department reserves the right to refuse to accept bids for any of the following reasons:

(A) Lack of competency or adequate machinery, plant and other equipment, as revealed by the financial statement and experience questionnaires required under Subsection 102.02.

(B) Incomplete work which, in the judgment of the Department, might hinder or prevent the prompt completion of additional work if awarded.

(C) Failure to pay or settle satisfactorily all bills due for work on other contracts.

(D) Failure to comply with any qualification regulations of the Department.

(E) Default under previous contracts.

(F) Unsatisfactory performance on previous work.

(G) Entering into any contract, combination, conspiracy, or other unlawful act in restraint of trade or commerce.

(H) Knowingly and willfully falsifying, concealing, or covering up a material fact by trick, scheme, or device.

(I) Making false, fictitious, or fraudulent statements or representations.

(J) Making or using a false writing or document knowing it to contain a false, fictitious, or fraudulent statement or entry.

(K) Misrepresentation or false statement on any application for bonding.

(L) Misrepresentation or false statement on any application for prequalification.

(M) Lack of sufficient ability or integrity to complete the contract.

Page 49 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(102EXAM, 07/10/19)

SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS

102.07 Examination of Plans, Specifications and Site of Work: the second paragraph of the Standard Specifications is revised to read:

Project plans, special provisions, proposal pamphlets, and other project documents, if available, will be provided in electronic format, at no charge, on the Contracts and Specifications website. Any interested party can access the advertised project documents.

(102PROP, 08/02/19)

SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS

102.08 Preparation of Proposal: of the Standard Specifications are revised to read:

(A) General:

The bidder shall prepare and submit its proposal using Department-furnished bid preparation software.

Proposals shall be prepared and submitted in accordance with the requirements of Subsection 102.08(B).

The bidder shall submit their proposal using the electronic bid process described herein.

When an item in the proposal contains a choice to be made by the bidder, the bidder shall indicate a choice in accordance with the specifications for that particular item and after the bid opening no further choice will be permitted.

(B) Electronic Submittal:

(1) General:

In order to submit a bid electronically, a firm must have obtained a bidder identification number from the Department, at the office of Contracts and Specifications, 1651 W. Jackson Street, Room 121F, Phoenix, AZ 85007, phone (602) 712-7221.

In addition, bidders must subscribe to Bid Express, an online bidding service, and obtain a digital signature. Bid Express can be reached at www.bidx.com, phone (352) 381-4888. The bidder shall also download and install a copy of the AASHTOWare Project BidsTM Bid Component from the internet at the Bid Express website. The version of the software

Page 50 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T currently used by ADOT can then be located by selecting the ADOT tab and the “AASHTOWare Project Bids” link under Downloads.

In order to obtain a digital signature, bidders shall be required to name at least one responsible person who shall be authorized to commit the firm to the terms and conditions specified in the Proposal and the contract documents.

The bidder shall download the electronic copy of the project EBSX file, listed as an AASHTOWare Project BidsTM Data File on the Bid Express website. The file includes a schedule of items folder containing the bid schedule, and a miscellaneous folder containing the proposal and attachments. The bidder shall review the proposal and complete the bidding schedule, as specified herein, and the attachments.

The bidder shall specify a unit price for each pay item for which a quantity is given in the bidding schedule. The software will automatically produce the extended amount, as the product of the quantity given and the specified unit price. Unit prices shall be stated in whole cents.

The bidder shall also download all addenda issued and update the project file accordingly. The bidder shall be responsible to verify that all addenda issued prior to the bid opening have been included in its submittal.

The bidder shall be responsible for the successful submission of its electronic bid prior to the time specified for submission of bids. Bids submitted after the specified time will not be accepted. The bidder agrees that the Department bears no liability resulting from the bidder's failure to successfully submit an electronic bid.

(2) Procedure for Missing Bids:

If a bidder believes that its electronically submitted bid should have been read at the bid opening but was not read, the bidder shall notify the Department of the apparent irregularity and provide its bid receipt for the bid in question no later than three hours after the time specified for submission of bids.

Upon proper notification of a missing bid by a bidder, the Department will notify all bidders that a missing bid has been reported. The Department will begin an investigation to determine the status of the bid, and will review all electronic bids received from Bid Express.

The Department will direct Bid Express to review their records and determine whether the missing bid was submitted. Bid Express will make a determination about receipt of the bidder’s missing bid.

If necessary, Bid Express will attempt to retrieve a copy of the encrypted bid from the bidder’s computer.

Page 51 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The Department will authorize Bid Express to send the Department a program which will enable the encrypted bid to be opened and processed.

If the Department determines that a bid cannot be recovered, the Department will notify all bidders of its determination.

If a missing bid is recovered, the Department will determine the validity of the bid, and may award the contract to the bidder submitting the missing bid if appropriate. The Department will notify all bidders.

(102NCOL, 07/10/19)

SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS:

102.09 Non-Collusion Certification: of the Standard Specifications is revised to read:

By submission of its bid electronically, the bidder makes the certification stated in the following paragraph, binding as if it had been signed by the bidder.

The bidder certifies that, pursuant to Subsection 112(c) of Title 23, United States Code and Title 44, Chapter 10, Article 1 of the Arizona Revised Statutes, neither it nor anyone associated with the company, firm, corporation, or individual has, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the submitted bid.

(102LOBY, 10/01/90)

SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS:

102.09 Non-Collusion Certification: of the Standard Specifications is modified to add: (A) Lobbying:

The bidder certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that:

(1) No Federally appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan,

Page 52 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

the entering into any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract grant, loan, or cooperative agreement.

(2) If any funds other than Federally appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. Copies of Form-LLL, "Disclosure Form to Report Lobbying", are available at ADOT Contracts and Specifications Services, 1651 W. Jackson, Room 121F, Phoenix, AZ 85007.

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

The bidder also agrees, by submitting his or her bid or proposal, that he or she shall require that the language of this certification be included in all subcontracts and lower tier subcontracts which exceed $100,000 and that all such subcontractors and lower tier subcontractors shall certify and disclose accordingly.

The Department will keep the prime contractors' certifications on file as part of their original bid proposals. Each prime contractor shall keep individual certifications from all subcontractors and lower tier subcontractors on file. Certifications shall be retained for three years following completion and acceptance of any given project. Disclosure forms for the prime contractor shall be submitted to the Engineer at the pre-construction conference. Disclosure forms for subcontractors and lower tier subcontractors shall be submitted to the Engineer by the prime contractor along with the submittal of each subcontract or lower tier subcontract, as required under Subsection 108.01, when said subcontracts exceed $100,000.00. During the performance of the contract the prime contractor and any affected subcontractors shall file revised disclosure forms at the end of each calendar year quarter in which events occur that materially affect the accuracy of any previously filed disclosure form. Disclosure forms will be submitted by the Engineer to the Federal Highway Administration for further processing.

Page 53 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(102IRPSL, 07/10/19)

SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS:

102.10 Irregular Proposals: Item (A) of the Standard Specifications is revised to read:

(A) Proposals may be considered irregular and may be rejected for any of the following reasons:

(1) If there is a submission of any kind which may tend to make the proposal incomplete, indefinite or ambiguous as to its meaning.

(2) If the bid is mathematically unbalanced.

(3) If the bid is materially unbalanced. 102.10 Irregular Proposals: Item (B) of the Standard Specifications is revised to read:

(B) Proposals will be considered irregular and will be rejected for any of the following reasons:

(1) If the bidder is not on the project Plansholder List as a Prime.

(2) If the bidder or surety fails to provide a proposal guaranty as specified in Subsection 102.12.

(3) If the bidding schedule does not contain a unit price for each pay item listed except in the case of authorized alternate pay items.

(4) If the bidder fails to meet the required goal for Disadvantaged Business Enterprises (DBE) established in the Special Provisions or show good faith effort as determined by the Department.

(102PROPGW, 07/10/19)

SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS:

102.11 Delivery of Proposals: the title and text of the Standard Specifications is revised to read:

102.11 Blank:

102.12 Proposal Guaranty: of the Standard Specifications is revised to read:

Page 54 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The bidder shall provide a proposal guaranty payable to the Arizona Department of Transportation for 10 percent of the amount of the bid.

The surety (bid) bond shall be executed by the bidder and a surety company or companies holding a certificate of authority to transact surety business in this State issued by the Director of the Department of Insurance. The agent for the surety shall be licensed to act as an insurance agent in Arizona.

Bidders shall provide an electronic proposal guaranty as described herein.

Two companies have established web-based surety processing procedures with Bid Express: Surety 2000 (www.surety2000.com) and Sure Path Network (www.insurevision.com). Bidders may contact these companies for additional information and requirements on electronic proposal guaranty.

102.13 Withdrawal of Proposals:

(A) General: of the Standard Specifications is revised to read:

A bidder may withdraw its submittal at any time prior to the time specified for submission of bids, provided that the bidder withdraws such bid electronically.

(102BOI, 09/26/16)

SECTION 102 BIDDING REQUIREMENTS AND CONDITIONS:

102.17 Boycott of Israel: is hereby added to the Standard Specifications: All bidders are required to certify in their bid proposal on the “Participation in Boycott of Israel Certification” form either:

(1) The bidder does not participate in, and agrees not to participate in during the term of the contract, a boycott of Israel in accordance with ARS 35-393.01, or

(2) The bidder does participate in a boycott of Israel as defined in ARS 35-393.01.

The Department will not award the contract unless the bidder makes the certification described in subparagraph (1) of this Subsection.

Page 55 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(103RSBTY, 02/22/16)

SECTION 103 AWARD AND EXECUTION OF CONTRACT:

103.03 Responsibility: the third paragraph of the Standard Specifications is revised to read:

Non-responsibility may also be found for any of the following reasons:

(A) Anti-competitive acts;

(B) Lack of competency and adequate machinery, plant and other equipment, as revealed by the financial statement and experience questionnaires required under Subsection 102.02;

(C) Incomplete work which, in the judgment of the Department, might hinder or prevent the prompt completion of additional work if awarded;

(D) Failure to pay or settle satisfactorily all bills due for work on other contracts;

(E) Failure to comply with any qualification regulations of the Department;

(F) Default under previous contracts;

(G) Unsatisfactory performance on previous work;

(H) Knowingly and willfully falsifying, concealing, or covering up a material fact by trick, scheme, or device;

(I) Making false, fictitious, or fraudulent statements or representations;

(J) Making or using a false writing or document knowing it to contain a false, fictitious, or fraudulent statement or entry;

(K) Lack of a proper contractor's license; or

(L) Lack of sufficient ability or integrity to complete the contract.

Page 56 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(103AWARD, 08/07/18)

SECTION 103 AWARD AND EXECUTION OF CONTRACT:

103.04 Award of Contract: the first paragraph of the Standard Specifications is modified to add:

When a contract is funded, either wholly or in part, by federal funds, an award of contract may be made contingent upon the successful bidder obtaining an appropriate license from the State Registrar of Contractors, in accordance with Arizona Revised Statutes 32-1101 through 32-1170.03. The license must be obtained within 60 calendar days following opening of bid proposals. No adjustment in proposed bid prices or damages for delay will be allowed as a result of any delay caused by the lack of an appropriate license. Failure to acquire the necessary licensing within the specified period of time shall result in either award to the next lowest responsible bidder, or re-advertisement of the contract, as may be in the best interests of the Department.

Licensing information is available from:

Arizona Registrar of Contractors 1700 W. Washington St. Suite 105 Phoenix, AZ 85007-2812 Phone: (602) 542-1525 Email: [email protected] www.roc.az.gov

(103RTPROP, 07/10/19)

SECTION 103 AWARD AND EXECUTION OF CONTRACT:

103.06 Return of Proposal Guaranty: the title and text of the Standard Specifications is revised to read:

103.06 Blank:

Page 57 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(104STORM, 11/01/95)

SECTION 104 SCOPE OF WORK:

104.11 Damage by Storm, Flood or Earthquake: Item (D), Idled Equipment and Remobilization, of the Standard Specifications is hereby deleted.

104.11 Damage by Storm, Flood or Earthquake: Items (E) and (F) of the Standard Specifications are revised to read:

(D) Payment for Repair Work:

The State will pay the cost of the repair work as determined in Subsection 109.04.

(E) Termination of Contract:

If the Department elects to terminate the contract, the termination and the determination of the total compensation payable to the contractor shall be governed by the provisions of Subsection 108.11, Termination of Contract for Convenience of the Department.

(104ENVIR, 03/17/08)

SECTION 104 SCOPE OF WORK:

104.12 Environmental Analysis: of the Standard Specifications is revised to read:

The contractor shall prepare an environmental analysis for approval by the Engineer, under any of the following conditions:

(A) If the contractor elects to provide material, in accordance with Section 1001, from a source that involves excavation.

(B) If the contractor elects to use any site to set up a plant for the crushing or processing of base, surfacing, or concrete materials. The contractor may request an exemption from this requirement to provide an environmental analysis if all of the following conditions apply:

(1) the site is exclusively used for the processing of materials, (2) the site will not be used for excavation of borrow material, (3) the site was developed as a processing area on or before January 1, 1999, (4) the site is currently operating as a processing area, and

Page 58 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(5) the plant is located within that portion of the site that was disturbed prior to January 1, 1999.

(C) If the contractor requests that the Engineer approve access to controlled access highway at points other than legally established access points.

The contractor may incorporate an existing environmental analysis approved after January 1, 1999, provided that the analysis is updated as necessary to be in compliance with current regulations and with the contractor’s planned activities.

Regulatory changes, specification changes, or other reasons may preclude the approval of a materials source. The contractor acknowledges that the Department may refuse to approve a material source even if the Department had approved the source for other projects.

The environmental analysis shall include all areas of proposed excavation, crushing, processing, and haul roads. For the purposes of Subsection 104.12, a haul road is defined as any road on material excavation, processing, or crushing sites, and any road between the respective site and a public highway that may be used by the contractor. The contractor shall promptly advise the Engineer that it is preparing the environmental analysis and shall submit it upon completion. The contractor should anticipate needing a minimum of 30 calendar days to prepare the environmental analysis. The contractor shall allow a minimum of 45 calendar days after submittal, or subsequent resubmittal, to the Department for the Department to review the environmental analysis and to consult with the appropriate jurisdictions and/or agencies. At the end of the review period, the Engineer will notify the contractor whether or not the environmental analysis is acceptable.

If the approval of the environmental analysis causes a delay to a controlling activity of the project, the contractor may seek, and the Engineer may grant, an extension of time in accordance with the terms of Subsection 108.08. The time extension shall not exceed 30 working days for a working-day contract, or 45 calendar days for a calendar-day project. The time extension will not be considered unless the contractor can show evidence of due diligence in pursuing the environmental analysis. No time extension will be granted for a fixed completion date contract. The Environmental analysis shall address all environmental effects, including, but not limited to, the following:

(1) The location of the proposed source and haul road, and the distance from the source to either an existing highway or an established alignment of a proposed Federal, State or County highway along with vicinity maps, sketches or aerial photographs.

(2) The ownership of the land.

Page 59 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(3) The identity and location of nearby lakes, streams, parks, wildlife refuges or other similar protected areas.

(4) The former use, if known, of the source, and haul road and their existing condition.

(5) The identification of present and planned future land use, zoning, etc., and an analysis of the compatibility of the removal of materials with such use.

(6) The anticipated volume of material to be removed; the width, length and depth of the excavation; the length and width of the haul road, and other pertinent features and the final condition in which the excavated area and haul road will be left, such as sloped sides, topsoil replaced, the area seeded, etc.

(7) The archaeological survey of the proposed source prepared by a person who meets the Secretary of the Interior's Professional Qualification Standards (48 FR 44716) and possesses a current permit for archaeological survey issued by the Arizona State Museum (ASM). The survey shall be prepared in a State Historic Preservation Office standardized format. The survey shall identify all historic properties within the area of potential effect (APE), as defined by the National Historic Preservation Act (36 CFR 800.4). This includes the materials source, processing area, and the haul road. Additionally, the survey report shall identify the effects of the proposed source on any historic properties within the APE, and recommend measures to avoid, minimize, or mitigate those effects.

(8) If the proposed source, or haul road will utilize Prime and Unique Farm land or farm land of statewide importance, a description of such remaining land in the vicinity and an evaluation whether such use will precipitate a land use change.

(9) A description of the visual surroundings and the impact of the removal of materials on the visual setting. (10) The effect on access, public facilities and adjacent properties, and mitigation of such effects.

(11) The relocation of business or residences.

(12) Procedures to minimize dust in pits and on haul roads and to mitigate the effects of such dust.

(13) A description of noise receptors and procedures to minimize impacts on these receptors.

Page 60 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(14) A description of the impact on the quality and quantity of water resulting from the materials operation shall be provided. The potential to introduce pollutants or turbidity to live streams and/or nearby water bodies shall be addressed. Measures to mitigate potential water quality impacts shall be coordinated through the Environmental Protection Agency (EPA) for sites located on tribal land, and the Arizona Department of Environmental Quality (ADEQ) for sites located on non-tribal land.

(15) A description of the impact on endangered or threatened wildlife and plants and their habitat. The analysis of potential impact to plants and wildlife shall be coordinated through the Arizona Game and Fish Department and U.S. Fish and Wildlife Service. Compliance with the Arizona Native Plant Law shall be coordinated through the Arizona Commission of Agriculture and Horticulture.

(16) A discussion of the effects of hauling activities upon local traffic and mitigating measures planned where problems are expected.

(17) A description of the permits required, such as zoning, health, mining, land use, flood plains (see Section 404 of the Clean Water Act), etc.

(18) The effect of removing material and/or stockpiling material on stream flow conditions and the potential for adverse impacts on existing or proposed improvements within the flood plain which could result from these activities. Measures to mitigate potential water quality impacts shall be coordinated through the Environmental Protection Agency (EPA) for sites located on tribal land, and the Arizona Department of Environmental Quality (ADEQ) for sites located on non-tribal land.

Guidance in preparing the environmental analysis is available on the Department’s Internet Website through the Environmental Planning Group, or by calling Environmental Planning Group at 602-712-7767.

(105PLNS, 10/18/10)

SECTION 105 CONTROL OF WORK:

105.03 Plans and Working Drawings: the thirteenth paragraph of the Standard Specifications is revised to read:

All working drawings or prints shall be 22 inches in height and 34 inches in length. There shall be 1 1/4-inch margins on the left and right sides, and 3/4-inch margins on the top and bottom. A blank space, four inches wide by three inches high, shall be left inside the margin

Page 61 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T in the lower right hand corner. All drawings shall be made in such a manner that clear and legible copies can be made from them. When half-size copies are required, they shall be provided on standard 11 by 17 inch sheets.

(106QCMAT, 05/03/16)

SECTION 106 CONTROL OF MATERIAL:

106.04(A) General: the fourth and fifth paragraphs of the Standard Specifications are revised to read:

The sampling, testing, and acceptance of materials shall be in accordance with the requirements of the specifications, in conjunction with the following:

 The ADOT Materials Testing Manual.  The ADOT Materials Practice and Procedure Directives Manual.

 Applicable Federal, AASHTO, or ASTM specifications or test designations.

 Applicable specifications or test designations of other nationally recognized organizations.

Unless otherwise specified, whenever a reference is made to an Arizona Test Method or an ADOT Materials Practice and Procedure Directive, it shall mean the test method or practice and procedure directive in effect on the bid opening date.

Any reference to the ADOT Materials Policy and Procedure Directives elsewhere in the contract documents shall be understood to mean ADOT Materials Practice and Procedure Directives. 106.04(B) Contractor Quality Control: the second paragraph of the Standard Specifications is revised to read: Certain construction items may require additional quality control measures, as specified in Subsection 106.04(C). When so specified, the contractor shall provide all the personnel, equipment, materials, supplies, and facilities necessary to obtain samples and perform the tests listed in the applicable section and as given in Subsection 106.04(C). Specific contractor quality control requirements will be shown in the applicable construction items. Payment for such additional work shall be in accordance with the Special Provisions, and will be included in Bidding Schedule Item 9240170.

When the specifications do not require specific contractor quality control measures, the provisions given in Section 106.04(C) do not apply. Bid Item 9240170 will not be included in the Bidding Schedule.

Page 62 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

106.04(C)(2) Quality Control Laboratory: the first paragraph is revised to read:

All field and laboratory sampling and testing shall be performed by a laboratory or laboratories approved by the Department. The requirements for approval of laboratories are specified in ADOT Materials Policy and Procedure Directive No. 19, “ADOT System for the Evaluation of Testing Laboratories”. Approved laboratories, and the test methods for which they are approved to perform, are listed in the “ADOT Directory of Approved Materials Testing Laboratories”. Approved test methods listed in the “ADOT Directory of Approved Materials Testing Laboratories” do not include field sampling and testing procedures. When field sampling and testing procedures are performed, the appropriate valid Arizona Technical Testing Institute (ATTI) and/or American Concrete Institute (ACI) certification(s) are required. ADOT Materials Policy and Procedure Directive No. 19, “ADOT System for the Evaluation of Testing Laboratories” and the “ADOT Directory of Approved Materials Testing Laboratories” may be obtained on the internet from the ADOT Materials Quality Assurance Section website.

106.04(C)(6) Weekly Quality Control Reports: of the Standard Specifications is revised to read:

The contractor shall submit Weekly Quality Control Reports to the Engineer. The weekly reports shall be complete and accurate, and shall state the types of work which have been performed during the report period. The report shall also include the process control measures taken to assure quality. The report shall provide sample identification information for materials tested during the report period, including sample number, date sampled, sample location, first and last name of person obtaining sample, and original source of material. The report shall also provide the results for all required tests and any retests, corrective actions, and other information relevant to quality control. The report shall include daily diaries for each day of testing, a weekly summary, the ADOT TRACS number, and the testing laboratory’s project identification number.

Except as stated in the following paragraph, the weekly quality control report shall be prepared using standard forms provided by the Department. The standard forms are available on the Department's website at www.azdot.gov. After accessing the Department’s website, select “Business”, “Engineering and Construction”, “Construction and Materials”, “Contractor Information”, “Forms and Documents”, and then “Weekly Quality Control Forms”. Except for the daily diaries, all documentation and information required on the forms shall be typed. Daily diaries may be hand-written if acceptable to the Engineer. The weekly report shall be submitted to the Engineer in paper form with a transmittal letter signed by the contractor’s quality control manager.

In lieu of using the standard weekly quality control forms available on the Department’s website, the contractor or testing laboratory may prepare the weekly report using proprietary or other software, if acceptable to the Engineer, provided that all required information is included, the format is comparable to the Department’s standard format, and the report is submitted in paper form with the required transmittal letter.

Page 63 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The report period shall end at midnight of each Friday, and the report shall be submitted to the Engineer no later than 5:00 p.m. of the following Wednesday. The Engineer will verify that the report is timely, complete, and accurate.

Reports that are not submitted by the above-referenced deadline shall be considered delinquent. Reports that are submitted by the above-referenced deadline, but are not complete and accurate, shall also be considered delinquent. In either case monies shall be deducted from the contractor’s monthly estimate in accordance with the requirements for Contractor Quality Control, as specified in these special provisions.

(106CERT, 02/26/19)

SECTION 106 CONTROL OF MATERIAL:

106.05 Certificates: of the Standard Specifications is revised to read:

(A) General:

The contractor shall submit to the Engineer an original or copy of either a Certificate of Compliance or a Certificate of Analysis, as required, prior to the use of any materials or manufactured assemblies for which the specifications require that such a certificate be furnished.

Certificates shall be specifically identified as either a "Certificate of Compliance" or a "Certificate of Analysis".

The Engineer may permit the use of certain materials or manufactured assemblies prior to, or without, sampling and testing if accompanied by a Certificate of Compliance or Certificate of Analysis, as herein specified. Materials or manufactured assemblies for which a certificate is furnished may be sampled and tested at any time, and, if found not in conformity with the requirements of the plans and the specifications, will be subject to rejection, whether in place or not.

Certificates of Compliance and Certificates of Analysis shall comply with the requirements specified herein, the ADOT Materials Testing Manual, and applicable ADOT Materials Policy and Procedure Directives.

(B) Certificate of Compliance:

A Certificate of Compliance shall be submitted on the manufacturer’s or supplier’s official letterhead, and shall contain the following information:

Page 64 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(1) The current name, address, and phone number of the manufacturer or supplier of the material.

(2) A description of the material supplied.

(3) Quantity of material represented by the certificate (excluding quantities for temporary traffic control devices).

(4) Means of material identification, such as label, lot number, or marking.

(5) A statement that the material complies in all respects with the requirements of the cited specifications. Certificates shall state compliance with the cited specification, such as AASHTO M 320, ASTM C 494; or specific table or subsection of the Arizona Department of Transportation Standard Specifications or Special Provisions. Certificates may cite both, if applicable.

(6) A statement that the individual identified in item seven below has the legal authority to bind the manufacturer or the supplier of the material.

(7) The name, title, and signature of the responsible individual. The date of the signature shall also be given.

Each of the first six items specified above shall be completed prior to the signing of the certificate as defined in item seven. No certificate will be accepted that has been altered, added to, or changed in any way after the authorized signature has been affixed to the original certificate. However, notations of a clarifying nature, such as project number, contractor, or quantity shipped are acceptable, provided the basic requirements of the certificate are not affected.

A copy or facsimile reproduction of the original certificate will be acceptable; however, the original certificate shall be made available upon request.

(C) Certificate of Analysis:

A Certificate of Analysis shall include all the information required for a Certificate of Compliance and, in addition, shall include the results of all tests required by the specifications.

Page 65 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(106APL, 02/10/12)

SECTION 106 CONTROL OF MATERIAL:

106.14 Approved Products List: of the Standard Specifications is revised to read:

The Approved Products List is a list of products which have been shown to meet the requirements of these Standard Specifications. The Approved Products List is maintained by the Department and updated monthly. Copies of the most current version are available on the internet from the ADOT Research Center, through its Product Evaluation Program.

The contractor shall verify that any products chosen for use from the Approved Products List are selected from the version which was most current at the time of the bid opening. Unless otherwise specified in the Special Provisions, products not appearing on the Approved Products List at the time of the bid opening may be used if they meet the requirements of the plans and specifications.

When the Special Provisions limit product selection to only those listed on the Approved Products List, other products will not be evaluated or approved.

(106DMAT, 2/15/11)

SECTION 106 CONTROL OF MATERIALS: of the Standard Specifications is modified to add:

106.15 Domestic Materials and Products:

Steel and iron materials and products used on all projects shall comply with the current “Buy America” requirements of 23 CFR 635.410.

All manufacturing processes to produce steel and iron products used on this project shall occur in the United States. Raw materials used in manufacturing the steel and iron products may be foreign or domestic. Steel or iron not meeting these requirements may be used in products on this project provided that the invoiced cost to the contractor for such steel products incorporated into the work does not exceed either one-tenth of one percent of the total (final) contract cost or $2,500, whichever is greater. Any process which involves the application of a coating to iron or steel shall occur in the United States. These processes include epoxy coating, galvanizing, painting, or any other coating which protects or enhances the value of covered material.

The requirements specified herein shall only apply to steel and iron products permanently incorporated into the project. “Buy America” provisions do not apply to temporary steel

Page 66 of 248 Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T items, such as sheet piling, temporary bridges, steel scaffolding and falsework, or to materials which remain in place at the contractor’s convenience.

The contractor shall furnish the Engineer with Certificates of Compliance, conforming to the requirements of Subsection 106.05, which state that steel or iron products incorporated in the project meet the requirements specified. Certificates of Compliance shall also certify that all manufacturing processes to produce steel or iron products, and any application of a coating to iron or steel, occurred in the United States. Convict-produced materials may not be used unless the materials were produced prior to July 1, 1991 at a prison facility specifically producing convict-made materials for Federal-aid construction projects.

(107PCS, 02/13/17)

SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC:

107.08 Public Convenience and Safety: of the Standard Specifications is revised to read:

(A) General:

The contractor shall at all times conduct its work as to insure the least possible obstruction to traffic.

The safety and convenience of the general public and the residents along the highway and the protection of persons and property shall be provided for by the contractor in accordance with the requirements of Subsection 104.04.

The contractor shall abide by OSHA Regulations, including, but not limited to, 29 CFR, Part 1926, and 29 CFR, Part 1910, as well as all applicable standards of the U.S. Environmental Protection Agency (EPA), the Arizona Department of Environmental Quality (ADEQ), and the U.S. Mine Safety and Health Administration (MSHA). The contractor shall maintain a copy of the specified OSHA Standards on the construction site at all times.

The contractor shall furnish and install 72-inch temporary chain link fencing, or approved equal, satisfactory to the Engineer, around all major structure construction areas (i.e., bridges, pumphouses, drop structures, retaining walls, etc.) and around any unattended excavation deeper than four feet, with slopes steeper than 1:2 (V:H). Temporary fencing shall completely enclose the referenced construction activity and shall be secured after normal working hours to prevent unauthorized access. Where called for in the plans, new permanent fencing shall be installed as soon as practicable.

Temporary fence materials which are no longer needed to restrict access to the work area may be utilized in constructing permanent fence. Fence materials, which in the opinion of

Page 67 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T the Engineer are unacceptable due to either appearance or structural defects, shall be replaced with new materials. No direct payment will be made for furnishing or installing temporary fencing. Permanent fencing will be measured and paid under the appropriate bid items.

Unless otherwise approved in writing by the Engineer, open utility trenches shall be limited to 50 feet in length, except for cast-in-place pipe installations, during non-working hours and shall be covered with steel plate in a manner satisfactory to the Engineer.

(B) Safety Plan:

The contractor shall submit a Safety Plan at the preconstruction conference. The contractor may submit the Safety Plan prior to the preconstruction conference but not until the contract is executed by both the contractor and the Department. The Safety Plan shall specify the procedures the contractor will implement to satisfy OSHA and any state occupational safety guidelines related to the worker, as well as the public, in the construction of excavations, structures and confined air spaces along with all other activities involved in the project. The plan must also address:

(1) Site-specific safety rules and procedures to deal with the types of risks expected to be encountered on the site;

(2) Routine inspection of construction sites to ensure compliance with applicable local, state, and federal safety laws and regulations;

(3) Training of employees in safe practices and procedures;

(4) Availability of first-aid, medical, and emergency equipment and services at the construction site, including arrangements for emergency transportation; and

(5) Security procedures to prevent theft, vandalism, and other losses at the construction site.

(6) Emergency Vehicle Access Plan (EVAP) as detailed herein.

The Safety Plan shall include a list of emergency procedures, phone numbers, and methods of communication for medical facilities, Police, Fire Department, and other emergency services which may become necessary. The contractor shall be responsible for providing First Aid treatment and medical supplies on the project site, in accordance with OSHA 29 CFR, Part 1910, and for producing and maintaining records of any injury-related incidents. The Safety Plan shall include the requirement that all workers must wear OSHA approved hard hats, reflective safety vests or other approved high visibility warning garments, work shoes, and, when appropriate, safety glasses while in construction areas. The Contractor’s

Page 68 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Project Superintendent or Safety Supervisor shall ensure that visitors comply with the above requirements as appropriate.

The Safety Plan shall include an Emergency Vehicle Access Plan (EVAP). An emergency event is defined as an incident that requires an emergency vehicle to respond.

When an EVAP is included in the project plans, that plan shall govern unless an alternate plan, acceptable to the Engineer, is submitted by the contractor and accepted in writing by the Engineer. If the contractor uses the EVAP provided by the Department, it shall be submitted as part of the Safety Plan. If no EVAP is provided or if the contractor desires to deviate from the EVAP provided in the plans, the contractor shall submit it to the Engineer for approval as part of the Safety Plan. The contractor’s EVAP shall be prepared by an individual meeting the qualifications described in Subsection 701-1 of the specifications. Regardless of whether an EVAP is provided by the Department or by the contractor, the EVAP shall be included in the Safety Plan and incorporated into the traffic control plans.

The EVAP shall describe those measures to be implemented during construction to ensure that emergency vehicles have access, at all times and for all phases of construction, within and through the construction site until the project is substantially complete. The EVAP shall delineate or describe the manner in which access is available, including traffic control devices or alternate emergency vehicle access routes.

The contractor shall communicate the EVAP, and any updates to the plan, to the Engineer for dissemination to area law enforcement and emergency responders.

The contractor shall implement and maintain the project’s EVAP until substantial completion. The contractor shall ensure that all personnel, and those of any subcontractors employed by the contractor, are familiar with the plan and their responsibilities for its use.

In the Safety Plan, the contractor shall designate a competent person as Safety Supervisor to be responsible for implementation of the Safety Plan throughout the contract period. The Safety Supervisor shall be capable of identifying existing and predictable hazards in the surroundings, or working conditions which are unsanitary, hazardous, or dangerous to employees, and have authority to take prompt corrective measures to mitigate or eliminate them. The Safety Supervisor shall also conduct safety meetings, oversee and maintain safe jobsite conditions, and ensure that emergency procedures, phone numbers, and all applicable OSHA notification posters are conspicuously placed in all work areas. The Safety Supervisor shall maintain records demonstrating that all workers have sufficient experience to operate their equipment, and have been instructed in the proper operation of the equipment. The Safety Supervisor shall furnish evidence that crane operators have been instructed in accordance with the requirements of OSHA 29 CFR, Part 1926.550, Subpart N, and 1926.955, Subpart V.

Page 69 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The Safety Plan submitted by the contractor shall include proposed methods to prevent unauthorized persons from gaining access to the work areas.

The Engineer will review the Safety Plan and will either approve the Safety Plan or identify any additional items that need to be included no more than 10 working days after submittal. The contractor shall then modify the Safety Plan, if necessary, for re-submittal to the Engineer within five working days. The contractor shall not commence work until the Safety Plan has been approved, unless authorized by the Engineer.

(107INS, 7/10/12)

SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC:

107.14 Insurance: the first paragraph of the Standard Specifications is revised to read:

Prior to the execution of the contract, the contractor shall file with the Department a certificate or certificates of insurance evidencing insurance as required by this contract has been placed with an insurer authorized to transact insurance in the State of Arizona pursuant to ARS Title 20, Chapter 2, Article 1, or with a surplus lines insurer approved and identified by the Director of the Department of Insurance pursuant to ARS Title 20, Chapter 2, Article 5.

All insurers shall have an “A.M. Best” rating of A- VII or better.

The State of Arizona in no way warrants that the above-required minimum insurer rating is sufficient to protect the contractor from potential insurer insolvency.

The contractor’s submission of the required insurance certificates constitutes a representation to the Department that:

1. The contractor has provided a copy of these specifications to every broker who has obtained or filed a certificate of insurance and has communicated the necessity of compliance with these specifications to the broker; and

2. To the best of the contractor’s knowledge, each certificate of insurance and each insurance coverage meets the requirements of these specifications.

The contractor shall provide the Department with certificates of insurance (ACORD form or equivalent acceptable to the State of Arizona) as required by the contract. The certificates for each insurance policy shall be signed by a person authorized by that insurer.

Page 70 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(107UTIL, 11/01/16)

SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC:

107.15 Contractor's Responsibility for Utility Property and Services: of the Standard Specifications is modified to add:

The contractor shall be ADOT's underground utility field locator, and perform all requirements as prescribed in A.R.S. 40-360.21 through .29, for all underground facilities that have been installed by the contractor on the current project, until the project is accepted by ADOT.

At least two working days prior but no more than 15 working days prior to commencing excavation, the contractor shall contact ARIZONA 811, between the hours of 6:00 a.m. and 5:00 p.m., Monday through Friday, excluding holidays, for information relative to the location of buried utilities. The contractor can call 811 from anywhere in Arizona or can contact ARIZONA 811 at the number below:

Projects In Maricopa County (602) 263-1100

Projects Outside Maricopa County (800) 782-5348

Contractors can also create and manage utility locate tickets online by using the Arizona 811 E-Stake tool at www.Arizona811.com.

Copies of existing ADOT permits, subject to availability, may be obtained from the ADOT Area Permit Supervisor as listed below:

NORTHEAST DISTRICT

(928) 524-5455 2407 E. Navajo Blvd. (928) 524-5400 Holbrook, AZ 86025

The following agencies and utility companies have facilities in the area but are not anticipated to be in conflict:

Utility Company Name Phone Town of Eagar Bruce Ray (928) 333-4128 Frontier Communications Johny Denton (928) 797-2321

The following utility companies have facilities in conflict with the proposed construction, and anticipate relocating before construction commences:

Page 71 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Utility Company Name Phone Commnet Bob Laprath (520) 400-9944 Navopache Electric Dale P. Richard (928) 242-6013 Cooperative (NEC)

Commnet has a joint use agreement with NEC to occupy their power poles and have their own guy wires attached to those power poles.

Navopache and Commnet will temporarily remove two guy wires from the ADOT right of way at approximate Station 1848+50, 90’ lt. and Station 1859+66, 40’ lt.

The contractor shall notify Navopache and Commnet using the above contact information one month before the contractor would like the anchors to be removed. It is estimated that once the utilities are properly notified, the removals should take no more than two days for each of the utilities.

There is no railroad within ½ mile of the project limits.

The Contractor is cautioned to use care when operating near these facilities.

It shall be the contractor’s responsibility to determine the exact location of the utilities prior to any construction operations and to notify the above mentioned utility companies at least two (2) working days prior to commencing any work on the project.

With respect to utility adjustments, this project may be released for bids.

(107SWRSP, 01/28/03)

SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC:

107.15 Contractor's Responsibility for Utility Property and Services: of the Standard Specifications is revised to read:

(A) General:

The contractor's attention is directed to the requirements of Arizona Revised Statutes Section 40-360.21 through .29 requiring all parties excavating in public streets, alleys or utility easements to first secure the location of all underground facilities in the vicinity of the excavation.

The contractor shall review copies of existing ADOT permits, subject to availability, prior to start of construction, to assist the contractor in determining the location of any utilities, which the Department may have record of and which are not otherwise shown in the contract documents. Utility locations obtained from the Department are for information only and shall

Page 72 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T not relieve the contractor of responsibility for identifying, locating and protecting any existing utility lines. Copies of permits may be obtained from the ADOT Area Permit Supervisor in the District in which a project is located.

The contractor shall contact the owners of the various utilities prior to the start of construction and shall obtain from them any information pertaining to existing utilities that will either supplement information shown on the project plans or will correct any such information that may be incorrect. The contractor shall furnish the Engineer with evidence that the contractor has contacted the utility companies. Such evidence shall be submitted at the preconstruction conference, and shall include a copy of the information received from each utility as a result of such contacts.

If the contractor learns from either the owner of the utility or from any other source of the existence and location of properties of railway, telegraph, telephone, fiber optics cable, water, sewer, septic tanks or systems, electric, gas and cable television companies either omitted from or shown incorrectly on the project plans, the contractor shall immediately notify the Engineer and shall not disturb the utilities. Relocation or adjustment of such utilities, if deemed necessary, will be either performed by others or shall be performed by the contractor in accordance with the provisions of Subsection 104.02.

The contractor shall cooperate with the owners of any underground or overhead utility lines in their removal and rearrangement operations in order that these operations may progress in a reasonable manner, that duplication of rearrangement work may be reduced to a minimum and that services rendered by these parties will not be unnecessarily interrupted.

Temporary or permanent relocation or adjustment of any utility line or service connection desired by the contractor for its convenience shall be its responsibility. The contractor shall obtain the approval of both the Engineer and the utility company and upon approval shall make all necessary arrangements with the utility company and shall bear all costs in connection with such relocation or adjustment. The contractor shall also submit a Sewer Discharge Prevention Plan, as specified in Subsection 107.15(C)(1), describing each anticipated relocation or adjustment involving existing sanitary sewer lines. No work on a particular facility shall begin until all approvals for that facility have been received.

(B) Contractor Qualifications for Water and Sewer Lines:

Breakage of active sanitary sewer lines may result in the potential spread of disease, contamination of the site and any adjacent bodies of water, and other hazards to the public. Substantial cleanup costs may be associated with such breakage, as well as possible major civil and/or criminal penalties. Therefore, the Engineer will closely consider the qualifications of any personnel proposed by the contractor to oversee or perform work involving active sanitary sewer lines. The contractor shall not assume that the personnel assigned to perform such work will be acceptable to the Department merely because they meet the experience requirements listed herein.

Page 73 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The contractor, or the subcontracting firm assigned to perform the water and sewer work, shall have a minimum of five years of experience in the installation and construction of underground large diameter (18-inch or above) water and sewer improvements.

In addition, the key personnel assigned by the contractor to perform any work on water or sewer lines, whether from the prime contractor or a subcontracting firm, shall also have at least five years of experience in the installation and construction of underground large diameter (18-inch or above) water and sewer improvements. A minimum of two such people shall be designated by the contractor. The designated personnel may have the title of foreman or superintendent; however, at least one of these people shall be present at all times at the location of any work being performed at or near an active sanitary sewer line.

For both the firm and the key personnel, the experience shall include working with and around water and sewer utility lines that are in service. The contractor shall submit the following documentation to the Engineer for review and approval:

(1) A list indicating that the designated key project personnel have at least five years of applicable experience, as specified above. The list shall be accompanied with resumes for each of the key people. The resumes shall include the following information, and demonstrate compliance with the specified requirements:

(a) Detailed relevant experience for a minimum of two projects, including project description, date of work, actual work performed by the individual, and references (a minimum of one for each project).

(b) Level of applicable formal training.

(c) Number of years of relevant experience in performing like construction.

(2) A list of water and sewer construction projects completed by the firm performing the water or sewer work, as specified above, indicating a minimum of five years of applicable experience. Include the dates of work, type of work, description of the project, amount of work performed by the contractor/subcontractor, and the name and phone number of a contact with the owning company or agency for which the work was completed.

(3) List of equipment that will be used for this project. The list shall include, as a minimum, equipment type, date of manufacture, and if contractor-owned or rented.

(4) A list of all violations and citations in the past five years of applicable water and wastewater laws and statutes for both the prime contractor and the subcontractor responsible for the utility work.

Page 74 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The contractor shall submit this documentation to the Engineer for approval at least 21 calendar days prior to any anticipated work involving active sanitary sewer lines, whether new or existing.

(C) Protection of Existing Utility Lines:

At points where the contractor's operations are adjacent to right-of-way properties or easements for railway, telegraph, telephone, water, sewer, electric, gas and cable television companies, hereinafter referred to as utilities, or are adjacent to other facilities and property, damage to which might result in considerable expense, loss, inconvenience, injury or death, work shall not be commenced until all arrangements necessary for the protection thereof have been made.

The exact locations and depths of all utilities that are underground or the location of those on or near the surface of the ground which are not readily visible shall be determined. Such locations shall be marked in such a manner so that all workmen or equipment operators will be thoroughly apprised of their existence and location. It will be the contractor's responsibility to see that every effort possible has been made to acquaint those actually involved in working near utilities not only with the type, size, location and depth, but with the consequences that might follow any disturbance. No trenching or similar operation shall be commenced until the Engineer is satisfied that every possible effort has been taken by the contractor to protect utilities.

The contractor shall coordinate with others working near new or existing sewer lines or other utilities on the procedures to be followed to prevent damaging of these utilities.

(1) Sewage Discharge Prevention Plan (SDPP):

For any work which may impact active sanitary sewer pipes, whether new or existing, the contractor shall prepare a Sewage Discharge Prevention Plan (SDPP) which shall describe the contractor's procedures and work plan for such lines. The Sewage Discharge Prevention Plan shall also describe the precautions that the contractor shall take to prevent unplanned breakage or spills, and the procedure which the contractor shall follow if breakage or a spill occurs.

The contractor's method of work described in the SDPP shall ensure that any work done in or near any active sewer line is performed in a safe and controlled manner resulting in no accidental discharges. As a minimum, the contractor's equipment and procedures shall be appropriate for the intended work, and shall conform to standard industry practices.

The SDPP shall include information, as specified below, for all portions of the project which involve the following work activities, and for any other element of work which may involve contact with an active sanitary sewer line:

 Interrupt, divert, relocate, plug, or abandon a sewer line or service connection, or

Page 75 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

 Brace, or tie into a sewer line or service connection.

Construction activities in the vicinity of active sanitary sewer lines or service connections shall also be included in the SDPP if any of the following conditions exist:

(1) Any work crossing beneath the pipe, at any angle, regardless of vertical separation.

(2) Any work crossing over the pipe, at any angle, within two feet of the top of pipe.

(3) Work located parallel to the pipe within the following areas:

(a) For the area from the bottom of the pipe to two feet above the top of the pipe, any work within two feet horizontally of the pipe wall.

(b) For the area below the bottom of the pipe, any work located below an imaginary line beginning at the pipe springline and progressing downward at a slope of 1.5 feet vertically to 1.0 feet horizontally. The contractor’s Sewage Discharge Prevention Plan shall address each of the items tabulated below, as applicable, for every location where construction activity will involve an active sanitary sewer line.

(2) Required Elements of the Sewage Discharge Prevention Plan:

The following elements shall be addressed in the SDPP:

(a) Describe the proposed work in general, including the reasons for the work, scope, objectives, locations, dates, and estimated times the work will be conducted. Include project plan sheets detailing the proposed work, and indicating the peak flowrates of active sewer lines, determined as specified.

(b) For all existing sanitary sewer pipes, determine whether the lines are active or abandoned, and the peak flowrates of lines in service, as provided by the owner of the utility.

(c) List the key personnel (crew foreman, superintendent, and manager) and field office that are proposed to perform the work (include phone numbers).

(d) Describe the work in step-by-step detail for each location, including excavation plans and how both the new and existing structures and utilities will be identified and protected.

(e) Provide a detailed listing of any hardware, fittings, pipe plugs, flex couplings, tools, and materials needed to accomplish the work, and note the status of these items (on-hand, to-be-fabricated, on-order with expected delivery date,

Page 76 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

etc.). Include any manufacturer’s specifications or recommendations, especially for any pipe plugs, sewer line fittings, and patching materials.

(f) List all major equipment to be used to perform the work. Include in this item any pumps that will be used to perform the work and the rated capacity of the pumps at the anticipated suction head.

(g) List all equipment to be used in the event of an unplanned release and specify how the equipment will be used. The locations of standby pumps shall be specified in this item. The plan shall indicate that all standby equipment to be used in the event of an unplanned discharge can be delivered to the site and put into service within two hours of identification of any unplanned flow.

(h) List the safety equipment to be used, and describe any unique safety procedures. Cite the applicable OSHA standards covering the work.

(i) Describe any contingency plans the contractor will implement in the event of unplanned releases and/or damage to existing facilities. List all personnel and subcontractors that will be responsible for responding to unplanned releases or damaged lines. Provide qualifications for all such personnel and subcontractors, including education, formal training, and relevant experience.

(j) Describe how the public will be protected during the work, and include or cite any applicable traffic control plans.

(k) Describe the quality control procedures that will be used in the field.

(l) Discuss how temporary plugs or flow control devices will be secured, monitored, and removed.

The SDPP shall be in written form, and shall include any diagrams or sketches necessary for clarity. When possible, diagrams and sketches should be shown using the applicable project plan sheets.

The contractor shall modify the SDPP as necessary throughout the project to include any new or revised information relevant to the items listed above. The contractor shall resubmit the revised SDPP to the Engineer for approval in each case.

(3) Sewage Discharge Prevention Plan Approval:

The SDPP shall be submitted to the Engineer at least 21 calendar days before any work involving an active sewer line is to be done. The Engineer will review the plan, solicit comments from the owner/operator of the sewer line, and return the plan to the contractor within 14 calendar days from original submittal.

Page 77 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

No work involving active sanitary sewer lines shall be done until a final SDPP meeting all the requirements specified in Subsection 107.15(C)(2) has been approved by the Engineer.

Approval of the contractor's Sewage Discharge Prevention Plans, personnel, or construction methods and operation shall not relieve the contractor from its responsibility to safely perform the work included in this contract, nor from its liability for damage resulting, either directly or indirectly, from its work performed under this contract.

(D) Service Connections:

(1) General:

In the event of interruption to water, sewer, or utility services as a result of accidental breakage or as a result of lines being exposed or unsupported, the contractor shall promptly notify the proper authority and shall cooperate with the said authority in the restoration of service. When service is interrupted, repair work shall be continuous until the service is restored. No work shall be undertaken around fire hydrants until provisions for continued service have been approved by the local fire authority.

(2) Unidentified Water and Sewer Connections:

The contractor shall protect unidentified, undamaged water or sewer service connections encountered during excavation. The contractor shall immediately notify the Engineer when an unidentified service connection is encountered.

The contractor shall immediately repair unidentified water or sewer service connections that are damaged during excavation. Any damaged service connections shall be reported to the Engineer, including all remedial actions taken.

(E) Repairing Damaged Lines:

When the operations of the contractor result in damage to any utility line or service connection, the location of which has been brought to the contractor's attention, the contractor shall assume full responsibility for such damage. Should an unplanned breakage occur in an active sewer line as a result of the contractor's operations, the contractor shall immediately notify the Engineer, and begin repairs to halt any flows and restore normal service, in accordance with the procedures described in the approved Sewage Discharge Prevention Plan. The contractor shall also immediately notify the affected utility company and the appropriate regulatory agencies. The contractor shall be responsible for repairing the damaged pipe, restoring any interruptions in service, and cleaning up the affected areas within 24 hours of the beginning of the spill. Sewage discharge damage assessments, as specified in Subsection 107.15(F), will be charged to the contractor for any unplanned breakage which results in a discharge.

Page 78 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The contractor shall be responsible to repair any breakage, in accordance with requirements of the broken line's owner/operator, and clean up the site per applicable codes and regulations of the Environmental Protection Agency, OSHA, Arizona Department of Environmental Quality (ADEQ), and all other agencies' specifications, at no additional cost to the Department.

(F) Sewage Discharge Damage Assessments:

The Department will assess liquidated damages in accordance with the Table 1 below for each 24-hour period, or portion thereof, for each unplanned breakage that occurs in an active sanitary sewer line as a result of the contractor's operation. The rate of liquidated damages assessed is based on the type and quantity of effluent discharged as determined by the Engineer.

These liquidated damages do not relieve the contractor from any of its responsibilities under the contract, including any liquidated damages that may be assessed under Subsection 108.09 for late completion of the project.

Liquidated damages assessed by the Department will be independent of any penalties imposed by others.

The contractor acknowledges that Regulatory agencies may assess or impose civil or criminal penalties on the contractor resulting from sewer discharges.

The Department will not be responsible for any civil or criminal penalties, fines, damages, or other charges imposed on the contractor by any regulatory agency or court for sewage discharges that are a result, directly or indirectly, of the contractor’s work performed under this contract.

Table 1 Liquidated Damages (each 24 hour period, or portion thereof) Volume of Raw Sewage or Treated Discharge Industrial Wastewater Effluent Less than 10,000 $5,000.00 $1,000.00 gallons 10,000-99,999 $10,000.00 $2,000.00 gallons 100,000-1 million $25,000.00 $3,000.00 gallons Greater than 1 $40,000.00 $5,000.00 million gallons

Liquidated damages shall be assessed for each 24 hour period, or portion thereof, until the contractor has completed all of the following tasks:

Page 79 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(A) Stopped the discharge.

(B) Repaired the damaged pipe.

(C) Restored normal service.

(D) Fully cleaned and disinfected the site to the satisfaction of the Engineer.

REDUCTION OF LIQUIDATED DAMAGES: Upon completion of tasks A, B, and C above, and prior to completion of Task D, the liquidated damages assessed for the current 24-hour period shall be at the rate shown in Table 1. However, for each subsequent 24-hour period, the assessment will be one half of the rate shown in Table 1.

Damages will continue at the reduced rate until the site has been fully cleaned and disinfected to the satisfaction of the Engineer.

As an example, the amounts assessed each 24-hour period for an unplanned discharge of 20,000 gallons of raw sewage, in which the contractor completes tasks A, B, and C within the second 24-hour period but does not complete full cleanup until the third 24-hour period, will be as follows:

First 24-hour period: $10,000.00

Second 24-hour period: $10,000.00

Third 24-hour period: $5,000.00

For this example, the total liquidated damage assessment will be $25,000.00 ($10,000 + $10,000 + $5,000).

(107FINA, 09/19/12)

SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC:

107.19 Federal Immigration and Nationality Act: of the Standard Specifications is revised to read: (A) General:

The contractor and all subcontractors shall comply with all federal, state and local immigration laws and regulations, as set forth in Arizona Executive Order 2005-30, relating to the immigration status of their employees who perform services on the contract during the duration of the contract. The State shall retain the right to perform random audits of contractor and subcontractor records or to inspect papers of any employee thereof to ensure compliance.

Page 80 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The contractor shall include the provisions of Subsection 107.19 in all its subcontracts.

In addition, the contractor shall require that all subcontractors comply with the provisions of Subsection 107.19, monitor such subcontractor compliance, and assist the Department in any compliance verification regarding any subcontractor.

(B) Compliance Requirements for A.R.S. § 41-4401, Government Procurement, E-Verify Requirement; Sanctions:

By submission of a bid, the contractor warrants that the contractor and all proposed subcontractors are and shall remain in compliance with:

(1) All federal, state and local immigration laws and regulations relating to the immigration status of their employees who perform services on the contract, and (2) A.R.S. Section 23-214, Subsection A (That subsection reads: “After December 31, 2007, every employer, after hiring an employee, shall verify the employment eligibility of the employee through the E-Verify program.”).

A breach of a warranty regarding compliance with immigration laws and regulations shall be deemed a material breach of the contract, and the contractor and subcontractors are subject to sanctions specified in Subsection 107.19(D).

Failure to comply with a State audit process to verify the employment records of contractors and subcontractors shall be deemed a material breach of the contract, and the contractor and subcontractors are subject to sanctions specified in Subsection 107.19(D).

(C) Compliance Verification:

The State may, at any time and at its sole discretion, require evidence of compliance from the contractor or subcontractor. Should the State request evidence of compliance, the contractor shall complete and return the State Contractor Employment Record Verification Form and Employee Verification Worksheet, provided by the Department, no later than 21 days from receipt of the request for such information.

Listing of the compliance verification procedure specified above does not preclude the Department from utilizing other means to determine compliance.

The State retains the legal right to inspect the papers of any employee who works on the contract to ensure that the contractor or subcontractor is complying with the warranty specified in Subsection 107.19(B).

Page 81 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(D) Sanctions for Non-Compliance:

For purposes of this paragraph, non-compliance refers to either the contractor’s or subcontractor’s failure to follow immigration laws or to the contractor’s failure to provide records when requested. Failure to comply with the immigration laws or to submit proof of compliance constitutes a material breach of contract. At a minimum, the Department will reduce the contractor’s compensation by $10,000 for the initial instance of non-compliance by the contractor or a subcontractor. If the same contractor or subcontractor is in non-compliance within two years from the initial non-compliance, the contractor’s compensation will be reduced by a minimum of $50,000 for each instance of non-compliance. The third instance by the same contractor or subcontractor within a two-year period may result, in addition to the minimum $50,000 reduction in compensation, in removal of the offending contractor or subcontractor, suspension of work in whole or in part or, in the case of a third violation by the contractor, termination of the contract for default.

In addition, if a contractor is in non-compliance three times within a two-year period, the Department will revoke the contractor’s prequalification for a minimum of one year. Subcontractors and suppliers who are in non-compliance three times within a two-year period will be prohibited from participating in Department contracts for a minimum of one year.

Subcontractors who are in non-compliance three times within a two-year period, and who are prequalified with the Department as prime contractors, will also have such prequalifications revoked for a minimum of one year. After the minimum one-year suspension, contractors, subcontractors, and suppliers may be considered eligible to participate in Department contracts, but only after successful demonstration, to the satisfaction of the Department, that their hiring practices comply with the requirements specified herein. If considered eligible, contractors shall be required to re-apply for prequalification and be accepted prior to bidding on Department contracts. Subcontractors interested in bidding on Department contracts as prime contractors shall also be required to re-apply for prequalification and be accepted prior to bidding. For purposes of considering suspension: (1) non-compliance by a subcontractor does not count as a violation by the contractor, and (2) the Department will count instances of non-compliance on other Department contracts.

The sanctions described herein are the minimum sanctions; in case of major violations the Department reserves the right to impose any sanctions up to and including termination, revocation of prequalification, and prohibition from participation in Department contracts, regardless of the number of instances of non-compliance.

Contractors, subcontractors, and suppliers may appeal the sanctions to the State Engineer. That appeal must be in writing and personally delivered or sent by certified mail, return receipt requested, to the State Engineer. The appeal must be received by the State Engineer no later than seven calendar days after the Department’s determination. The

Page 82 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

State Engineer shall promptly consider any appeals and notify the interested party of the State Engineer’s findings and decision. The State Engineer’s decision shall be considered administratively final.

Any delay resulting from a compliance verification or a sanction under this subsection is a non-excusable delay. The contractor is not entitled to any compensation or extension of time for any delays or additional costs resulting from a compliance verification or a sanction under subsection 107.19.

An example of the minimum sanctions under this subsection is presented in the following table:

Offense by: Minimum Reduction in Contractor Subcontractor A Subcontractor B Compensation First $10,000 First $10,000 Second $50,000 First $10,000 Third $50,000 * * Will, in addition, result in removal of the subcontractor, prohibition from participating in Department contracts, and revocation of any Department prequalifications that the subcontractor may have obtained.

(108SUBLT, 02/22/16)

SECTION 108 PROSECUTION AND PROGRESS:

108.01 Subletting of Contract: the fifth paragraph of the Standard Specifications is revised to read:

The Department may also refuse to approve any entity as a subcontractor or supplier for any of the reasons for which it could refuse to allow an entity to submit a bid, suspend the entity from bidding, or declare the entity non-responsible.

108.01 Subletting of Contract: the sixth paragraph of the Standard Specifications is modified to add: (G) Verification that an alternative dispute resolution process to resolve payment and prompt payment disputes is included in each subcontract. The alternative dispute resolution process shall include a means of prompt escalation beyond the project level and provide the opportunity to hire a mediator.

Page 83 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

108.01 Subletting of Contract: the seventh paragraph of the Standard Specifications is revised to read:

The Engineer will not consent to subletting of any portion of the contract until:

(a) The Engineer receives a copy of the subcontract or lower tier subcontract, and

(b) The AZUTRACS Registration Number for the subcontractor has been provided.

The contractor’s schedule shall allow seven calendar days for the Department’s subcontract review of each subcontract.

The Engineer’s consent shall in no way be construed to be an endorsement of the subcontractor or its ability to complete the work in a satisfactory manner.

If a subcontractor, of any tier, begins work on the contract prior to the contractor submitting the required documentation and receiving consent from the Engineer, the Department will withhold $1,000 from monies due or becoming due the contractor as liquidated damages. The liquidated damages will be withheld for each subcontractor, of any tier, that starts work without the consent of the Engineer. These liquidated damages shall be in addition to all other retention or liquidated damages provided for elsewhere in the contract.

If a subcontractor, of any tier, is found working on the project without an approved contract the Engineer will immediately stop work on the subcontract. Work shall not resume until all required documentation is submitted and approved by the Engineer. The contractor shall not be entitled to additional compensation or an extension of contract time for any delays to the work because of the contractor’s failure to submit the required documentation.

SECTION 108 PROSECUTION AND PROGRESS:

108.02 Start of Work: of the Standard Specifications is revised to read:

The contractor shall begin work no earlier than September 1, 2020. September 1, 2020 shall be considered the starting date for the purpose of charging contract time.

(108PRCN, 09/12/19)

SECTION 108 PROSECUTION AND PROGRESS

108.03 Preconstruction Conference: of the Standard Specifications is revised to read: The contractor shall meet with the Engineer for a preconstruction conference prior to commencing work. The conference may be combined with the partnering conference, and

Page 84 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T all requirements of this subsection may be submitted at that time. Should both conferences be held at the same time, the partnering conference will be held first.

At the preconstruction conference the contractor shall submit a progress schedule showing the order in which the contractor proposes to carry out the work, the dates on which the contractor and its subcontractors will start the work, including procurement of materials, equipment, etc.; the ordering of articles of special manufacture; the furnishing of drawings, plans and other data required under Subsection 105.03 for the review and approval of the Engineer; the inspection of structural steel fabrication; and the contemplated dates for the completion. The schedule shall be in a critical path method format. No schedule activity shall be shorter than one day or longer than 15 working days. The schedule must show interrelationships among the activities, and the controlling items of work throughout the project shall be identified. If requested by the Engineer, the contractor shall furnish information needed to justify activity time durations. Such information shall include estimated manpower, equipment, unit quantities, and production rates. The schedule shall illustrate the completion of the work not later than the contract completion date.

The contractor shall notify the Engineer in writing of proposed major changes in the progress schedule. Major changes are those that may affect compliance with the contract requirements or that change the critical path or controlling item of work.

The contractor shall furnish authorized signature forms and a list of the contractor's proposed subcontractors and major material suppliers.

Progress schedules shall have considered the time requirement for ordering articles of special manufacture to meet specific requirements of the work and Subsection 604-3.04 when structural steel fabrication inspection is required.

If the contract has a DBE requirement, the contractor shall submit copies of completed and signed DBE subcontracts, purchase orders, or invoices to the Department.

The contractor shall submit a traffic control plan in accordance with Subsection 701-1. The contractor shall designate an employee who is competent and experienced in traffic control to implement and monitor the traffic control plan. The qualifications of the designated employee must be satisfactory to the Engineer. Such designated employee shall have successfully completed a recognized traffic control supervisor training program. The traffic control supervisor training provided by the American Traffic Safety Services Association (ATSSA) or the International Municipal Signal Association (IMSA) shall be acceptable. Training through other programs must be approved in advance by the Engineer. The contractor shall submit proof that the proposed individual has completed an approved training program at the preconstruction conference. The training shall be current, and must be valid throughout the duration of the project. In order to remain current with the Department, the traffic control supervisor training shall be completed or renewed every four years.

Page 85 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The contractor shall submit a safety plan and designate an employee as Safety Supervisor, in accordance with Subsection 107.08.

Both plans must be satisfactory to the Engineer.

During the preconstruction conference, the Engineer will designate a Department employee or employees who will be responsible to see that the traffic control plans and any alterations thereto are implemented and monitored to the end that traffic is carried through the work in an effective manner. If approved by the Engineer, the contractor may designate one employee to be responsible for both the traffic control and safety plans. The contractor shall not designate its superintendent as the responsible person for either the traffic control plan or the safety plan, unless approved by the Engineer.

If the project requires that contractor or State personnel to work from falsework, within shoring, or in any other hazardous area the contractor shall submit as part of the contractor's safety plan specific measures it will use to ensure worker safety.

The contractor shall also submit a program for erosion control and pollution prevention, as set forth in Subsection 104.09, on all projects involving clearing and grubbing, earthwork, structural work, or other construction, when such work is likely to create erosion or pollution problems.

If the contractor fails to provide the required submissions, the Engineer may order the preconstruction conference suspended until such time as they are furnished. Work shall not begin until the preconstruction conference has been concluded and the safety plan has been approved, unless authorized by the Engineer. The contractor shall not be entitled to additional compensation or an extension of contract time resulting from any delays due to such a suspension.

When the specifications require specific quality control measures for certain materials by referencing Subsection 106.04(C), the contractor shall designate a qualified employee as Quality Control Manager. The Quality Control Manager shall be responsible for the implementing and monitoring of the quality control requirements described in Subsection 106.04(C).

108.04 Prosecution and Progress: of the Standard Specifications is revised to read:

The contractor shall start the work in accordance with the requirements of Subsection 108.02. The contractor shall notify the Engineer at least 7 working days prior to beginning work.

Unless suspended, the work shall be diligently and continuously carried on to completion and the contractor agrees to provide at all times an adequate force of labor and sufficient materials and equipment to insure the completion of the contract within the time allowed.

Page 86 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The progress of the work shall be at a rate sufficient to complete the contract in an acceptable manner within the time allowed. At a mutually convenient location and time, the contractor shall meet weekly with the Engineer to discuss construction activities; however, a meeting may be waived if mutually agreed to, due to weather conditions, work progress, or for other reasons. At the meetings, the contractor shall provide the Engineer with a detailed, written schedule of construction activities and phases of work for the forthcoming two week period as well as the construction activities which were performed during the previous week. This schedule shall detail the anticipated start dates and anticipated completion dates of work activities. The weekly schedule should reflect, at a minimum, all activities from the most recently updated project schedule. For work which was completed during the previous week, this schedule shall detail the actual start and completion dates of work activities as well as indicate the status of major ongoing activities. Upon the second occurrence of the contractor failing to provide an accurate schedule as describe herein and after written notification by the Engineer of the first occurrence, the Department will deduct $500 from the contractor’s progress payment per each occurrence thereafter. Minutes of the weekly meetings will be kept by the Engineer and a copy given to the contractor for review and acceptance.

Schedule changes requiring an increase in the Department's engineering personnel will not be put into effect for 10 days after the submission of weekly schedules detailing such activities, or until the Engineer has made arrangements for additional personnel, whichever is the shorter time.

Every 30 days throughout the contract or at any other time as requested by the Engineer, the contractor shall submit a revised progress schedule reflecting the actual progress of activities, all activity logic revisions, the anticipated completion dates of the major phases of work remaining, and the anticipated completion date of the work.

(108TIME, 10/12/01)

SECTION 108 - PROSECUTION AND PROGRESS:

108.08 Determination and Extension of Contract Time: the first paragraph of the Standard Specifications is revised to read:

The work included in this project shall be completed by February 1, 2021. The Contract Time will expire on this date.

Page 87 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(108FCWT, 08/07/18)

SECTION 108 PROSECUTION AND PROGRESS:

108.09 Failure to Complete the Work on Time: the Schedule of Liquidated Damages table of the Standard Specifications is revised to read: SCHEDULE OF LIQUIDATED DAMAGES Original Contract Amount Liquidated Damages Per Day From More To and Calendar Day Workin Than: Including: or Fixed Date: g Day: $ 0 $ 100,000 $ 450 $ 450 100,000 500,000 780 870 500,000 1,000,000 1,030 1,250 1,000,000 2,000,000 1,200 1,800 2,000,000 5,000,000 1,750 2,830 5,000,000 10,000,000 2,510 4,130 10,000,000 20,000,000 3,400 5,030 20,000,000 30,000,000 3,400 6,240 30,000,000 60,000,000 6,820 6,440 60,000,000 90,000,000 10,740 9,500 90,000,000 ------10,740 13,500

(109FORCE, 02/20/08)

SECTION 109 MEASUREMENT AND PAYMENT:

109.04(D)(3)(a) Rental Rates (Without Operators): of the Standard Specifications is modified to add: The Rental Rate Blue Book adjustment factor (F) will be 0.933.

(109RET, 06/09/16)

SECTION 109 MEASUREMENT AND PAYMENT:

109.06(A) Partial Payments: the first paragraph of the Standard Specifications is revised to read:

If satisfactory progress is being made, the contractor will receive a payment each month based on the amount of work completed during the preceding month. The Department will prepare a draft monthly estimate for review by the contractor. The contractor shall work with the Engineer to finalize the monthly estimate. When the Engineer and the contractor have reached agreement, the final monthly estimate will be prepared and signed by the

Page 88 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T contractor and the Engineer. The contractor’s signature constitutes a certification that the work was satisfactorily performed, meets the specifications, and the quantities reported are accurate regardless of whether the work was performed by the contractor or a subcontractor. The Engineer will submit signed monthly estimate for payment. Except as herein provided, the Department will not retain monies from the monthly payments.

109.06(B) Subcontractor Payments: of the Standard Specifications is revised to read:

(1) Retention:

If the prime contract does not provide for retention, the contractor and each subcontractor of any tier shall not withhold retention on any subcontract. If the prime contract provides for retention, the prime contractor and each subcontractor of any tier shall not retain a higher percentage than the Department may retain under the prime contract.

(2) No Set-offs Arising from Other Contracts:

If a subcontractor is performing work on multiple contracts for the same contractor or subcontractor of any tier, the contractor or subcontractor of any tier shall not withhold or reduce payment from its subcontractors on the contract because of disputes or claims on another contract.

(3) Partial Payment:

The contractor and each subcontractor of any tier shall make prompt partial payments to its subcontractors within seven days of receipt of payment from the Department. Notwithstanding any provision of Arizona Revised Statutes Section 28-6924, the parties may not agree otherwise.

(4) Final Payment:

The contractor and each subcontractor of any tier shall make prompt final payment to each of its subcontractors. The contractor and each subcontractor of any tier shall pay all monies, including retention, due to its subcontractor within seven days of receipt of payment. Notwithstanding any provision of Arizona Revised Statutes Section 28-6924, the parties may not agree otherwise.

(5) Payment Reporting and Sanctions:

For the purposes of this subsection “Reportable Contracts” means any subcontract, of any tier, DBE or non-DBE, by which work shall be performed on behalf of the contractor and any contract of any tier with a DBE material supplier.

The requirements of this subsection apply to all Reportable Contracts.

Page 89 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Payment Reporting for all Reportable Contracts shall be done through the Department’s web-based DBE System. The DBE System can be accessed from the Department’s BECO website. No later than fifteen calendar days after the preconstruction conference, the contractor shall log into the Department’s web-based DBE system and enter or verify the name, contact information, and subcontract amounts for Reportable Contracts on the project. As Reportable Contracts are approved over the course of the contract, the contractor shall enter them in the system. Reportable contracts shall be entered into the system no later than five calendar days after approval by the Department.

The contractor shall report on a monthly basis indicating the amounts actually paid and the dates of each payment under any Reportable Contract on the project. In addition, the contractor shall require that all participants in any Reportable Contract electronically verify receipt of payment on the contract by the last day of the month and the contractor shall actively monitor the Department’s DBE System to ensure that the verifications are input. The contractor shall proactively work to resolve any payment discrepancies in the DBE System between payment amounts it reports and payment confirmation amounts reported by others.

The contractor shall ensure that all Reportable Contract activity is reported to the Department. This includes all lower-tier Reportable Contracts.

The contractor shall maintain records for each payment explaining the amount requested by the subcontractor, and the amount actually paid pursuant to the request, which may include but are not limited to, estimates, invoices, pay requests, copies of checks or wire transfers, and lien waivers in support of the monthly payments in the ADOT DBE System.

The contractor shall provide information for payments made on all Reportable Contracts during the previous month by the 15th day of the current month. In the event that no payments were made during a given month, the contractor shall identify that by entering a dollar value of zero. If the contractor does not pay the full amount of any invoice from a subcontractor, the contractor shall note that and provide the reasons in the comment section of the Monthly Payment Audit of the ADOT DBE System.

For each Reportable Contract on which the contractor fails to submit timely and complete payment information the Department will retain $1,000.00 as liquidated damages, from the monies due to the contractor. Liquidated damages will be deducted each month for each Reportable Contract on which the contractor fails to submit payment information until the contractor provides the required information as described herein. After 90 consecutive days of non-reporting, the liquidated damages will increase to $2,000.00 for each subsequent month, for each Reportable Contract on which the contractor fails to report until the information is provided. These liquidated damages shall be in addition to all other retention or liquidated damages provided for elsewhere in the contract.

The contractor shall ensure that a copy of this Subsection is included in every Reportable Contract of every tier.

Page 90 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(6) Completion of Work:

A subcontractor's work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished, documented, and accepted by the Department.

(7) Disputes:

If there is a discrepancy between what is reported by the contractor in the ADOT DBE System and what the subcontractor indicates an alert email will automatically be sent to the contractor. The email will be sent to the email address provided by the contractor in the Department’s DBE System. It is the contractor’s responsibility to ensure that the email address in the DBE System is kept current.

The contractor shall provide a verifiable explanation of the discrepancy in the DBE System as early as practicable but in no case later than seven days after the date of the alert email.

The Engineer will determine whether the contractor has acted in good faith concerning any such explanations. The Department reserves the right to request and receive documents from the contractor and all subcontractors of any tier, in order to determine whether prompt payment requirements are met.

The contractor shall implement and use the dispute resolution process outlined in the subcontract, as described in Subsection 108.01, to resolve payment disputes.

(8) Non-compliance:

Failure to make prompt partial payment, or prompt final payment including any retention, within the time frames established above, will result in remedies, as the Department deems appropriate, which may include but are not limited to:

(a) Liquidated Damages: These liquidated damages shall be in addition to all other retention or liquidated damages provided for elsewhere in the contract.

(i) The Department will withhold two times the disputed dollar amount not paid to each subcontractor. (ii) If full payment is made within 30 days of the Department’s payment to the contractor, the amount withheld by the Department will be released. (iii) If full payment is made after 30 days of the Department’s payment to the contractor, the Department will release 75 percent of the funds withheld. The Department will retain 25 percent of the monies withheld as liquidated damages.

(b) Additional Remedies. If the contractor fails to make prompt payment for three consecutive months, or any four months over the course of one

Page 91 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

project, or if the contractor fails to make prompt payment on two or more projects within 24 months, the Department may, in addition, invoke the following remedies:

(i) Withhold monthly progress payments until the issue is resolved and full payment has been made to all subcontractors, subject to the requirements of paragraph (a) above, (ii) Terminate the contract for default in accordance with Subsection 108.10, and/or (iii) Disqualify the contractor from future bidding, temporarily or permanently, depending on the number and severity of violations.

In determining whether liquidated damages will be assessed, the extent of the liquidated damages, or additional remedies assessed, the State Construction and Materials Engineer will consider whether there have been other violations on this or other contracts, whether the failure to make prompt payment was due to circumstances beyond the contractor’s control, and other circumstances. The contractor may, within 15 calendar days of receipt of the decision of the State Construction and Materials Engineer, escalate the decision to the State Engineer. If the contractor does not escalate the decision of the State Construction and Materials Engineer, in writing to the State Engineer, within 15 calendar days of receipt of the decision, the contractor will be deemed to have accepted the decision and there will be no further remedy for the contractor. If the contractor escalates the decision to the State Engineer, and the contractor does not agree with the State Engineer’s decision, the contractor may initiate litigation, arbitration or mediation pursuant to Subsection 105.21(D) and (E) of the Standard Specifications.

109.06(C) Payroll Submittals: of the Standard Specifications is revised to read:

The contractor shall submit payrolls electronically through the internet to the Department’s web-based certified payroll tracking system. This requirement shall also apply to every lower-tier subcontractor that is required to provide certified payroll reports.

If, by the 15th of the month, the contractor has not submitted its payrolls for all work performed during the preceding month, the Engineer will provide written notification of the discrepancies to the contractor. For each payroll document that the contractor fails to submit within 10 days after the written notification, the Department will retain $2,500.00 from the progress payment for the current month. The contractor shall submit each complete and correct payroll within 90 days of the date of written notification. If the payroll is complete and correct within the 90-day time frame, the Department will release the $2,500.00 on the next monthly estimate. For each payroll that is not acceptable until after the 90-day time frame, the Department will only release $2,000.00 of the $2,500.00 retained. The Department will retain $500.00 as liquidated damages. Such $500.00 retentions will not relieve the contractor of its responsibility to provide each required payroll, complete and correct, as specified above. These liquidated damages shall be in addition to all other retention or liquidated damages provided for elsewhere in the contract.

Page 92 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

109.07 Partial Payment for Material on Hand: the fifth paragraph of the Standard Specifications is hereby deleted.

(109LSUM, 10/28/08)

SECTION 109 MEASUREMENT AND PAYMENT:

109.10(A) General: of the Standard Specifications is modified to add:

The Department will compensate the contractor for construction of each of the following structures or groups of structures on the basis of a lump sum amount:

(A) LITTLE COLORADO RIVER BRIDGE STR # 416 (B) WATER CANYON CREEK 6’x7’ RCBC

109.10(D) Payment: the last paragraph of the Standard Specifications is revised to read:

Payments made for structural concrete will be adjusted, in accordance with the provisions of Subsection 1006-7.06(B), for material which fails to meet the required 28-day compressive strength when sampled in accordance with the requirements of Subsection 1006-7.

(201CLGB, 10/18/10)

SECTION 201 CLEARING AND GRUBBING:

201-3.02 Removal and Disposal of Materials: the second and third paragraphs of the Standard Specifications are revised to read:

In the disposal of all tree trunks, stumps, brush, limbs, roots, vegetation and other debris, the contractor shall comply with the requirements of Title 49, Chapter 3, of the Arizona Revised Statutes, and with the Rules and Regulations for Air Pollution Control, Title 18, Chapter 2, Article 6, adopted by the Arizona Department of Environmental Quality pursuant to the authority granted by the Arizona Administrative Code.

Burning will be permitted only after the contractor has obtained a permit from the Arizona Department of Environmental Quality and from any other Federal, State, County or City Agency that may be involved.

Page 93 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(202RMVL, 10/03/14)

SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS:

202-3.07 Removal of Embankment Curb: the second paragraph of the Standard Specifications is revised to read:

Asphaltic concrete obtained from sources approved by the Engineer shall be used to fill and repair voids on the existing pavement surface that result from the removals.

202-3.09 Removal of Guardrail: the first paragraph of the Standard Specifications is revised to read:

All guardrail to be removed shall become the property of the contractor unless otherwise specified on the project plans. Guardrail removal shall include complete removal of posts, concrete foundations, and foundation tubes, and subsequent backfill of the remaining holes with moist soil in compacted lifts, as approved by the Engineer.

202-5 Basis of Payment: the first paragraph of the Standard Specifications is revised to read:

Payment for the accepted quantities of removal of structures and obstructions will be made by lump sum or by specific removal items or by a combination of both. Payment for removal of structures and obstructions not listed in the bidding schedule, but necessary to perform the construction operations designated on the project plans or specified in the Special Provisions shall be considered as included in the prices of contract items.

When saw cutting is not included as a contract pay item, full compensation for any saw cutting necessary to perform the construction operations designated on the plans shall be considered as included in the price of contract items.

(203ERWK, 03/23/11)

SECTION 203 EARTHWORK:

203-5.03(B)(4) Compaction of Backfill: the first paragraph of the Standard Specifications is revised to read:

Each layer of structure backfill material shall be compacted to at least 100 percent of the maximum density as determined in accordance with the requirements of the applicable test methods of the ADOT Materials Testing Manual, as directed and approved by the Engineer.

203-5.03(C) Geocomposite Wall Drain: the first sentence of the first paragraph of the Standard Specifications is revised to read:

Page 94 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Geocomposite wall drains shall be installed on the soil side of abutment walls, retaining walls, and culvert wing walls. If shown on the plans, geocomposite wall drains shall also be installed on the soil side of culvert sidewalls.

ITEM 2030502 STRUCTURAL EXCAVATION (SCOUR RETROFIT):

Description:

The work under this item shall consist of furnishing all equipment, materials and labor for excavating the existing channel of the Little Colorado River in preparation of installation of the scour protection system and includes backfill required after completion of the scour protection system to restore the river channel to the existing conditions.

Construction Requirements:

Prior to beginning excavation, the contractor shall survey the area to be excavated and determine the elevation and existing cross-section. This work will be paid under Item 9250001 Construction Surveying and Layout.

Following construction of the scour protection system, the contractor shall cover the scour protection system and re-grade the disturbed areas of the channel as directed by the Engineer. This may be done with the excavated material, or with other materials the Engineer determines to be suitable. No rocks over six inches in largest dimension, organic materials, or other material deemed objectionable by the Engineer shall be placed within 12 inches of the scour system. Backfill shall not begin before the concrete of the scour protection system has attained the required strength.

If there is any standing water on the project site or if any water is encountered during excavation, the contractor shall be responsible for any necessary dewatering.

Excess material shall be disposed of in accordance with the requirements of Section 203- 3.03 (E) of the Standard Specifications.

Method of Measurement:

The quantity of structural excavation will be calculated by the cubic yard in place, using the actual field measured dimensions as described above.

Basis of Payment:

The accepted quantity of structural excavation, measured as provided above, will be paid for at the contract unit price. The prices shall include the excavation necessary to construct the scour countermeasures, removal of the material from the stream bed to the designated

Page 95 of 248 Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T storage area if necessary, placing the excavated material back on top of the floor, re- grading the channel as directed by the Engineer, and disposal of excess material is necessary.

(207DSP, 02/20/08)

SECTION 209 FURNISH WATER: of the Standard Specifications is hereby deleted.

SECTION 207 BLANK of the Standard Specifications is revised to read:

SECTION 207 DUST PALLIATIVE:

207-1 Description:

The work under this section shall consist of applying all water required for the control of dust as considered necessary for the safety and convenience of the traveling public, and for the reduction of the dust nuisance to adjacent property.

207-2 Blank

207-3 Construction Requirements:

The use of pressure pumps and spray bars on all sprinkling equipment used for the application of dust palliative will be required. The use of gravity flow spray bars and splash plates will not be permitted. Water applied for dust control shall be as approved or directed by the Engineer. The contractor shall provide appropriate equipment for effective control of dust.

207-4 Method of Measurement and Basis of Payment:

No measurement will be made for application of dust palliative, including furnishing water and all necessary equipment and labor, the cost being considered as included in contract items.

(610PNT, 08/29/12)

SECTION 610 PAINTING:

610-1 Description: of the Standard Specifications is revised to read:

The work under this section shall consist of furnishing paint and other materials and painting concrete, structural steel, or other surfaces where shown on the plans in accordance with the requirements of the specifications. The work shall include preparation of the surfaces to

Page 96 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T be painted, the protection and drying of the paint coatings and the protection of pedestrian, vehicular or other traffic near or under the work from paint spatter and disfigurement.

610-3.02(A)(1) Blast Cleaning: the last sentence of the first paragraph of the Standard Specifications is revised to read:

Blast cleaning shall leave all surfaces with a dense, uniform anchor pattern or profile of 1.0 to 3.0 mils, as measured with an approved surface profile comparator or pressed film replica tape.

610-3.02(A)(4) Water Blast Cleaning: the next to last sentence of the first paragraph of the Standard Specifications is revised to read:

All the surfaces to be coated shall be power washed with a water pressure of not less than 2000 psi and not greater than 5000 psi.

610-3.03 Application: the first two paragraphs of the Standard Specifications are revised to read:

Painting shall be accomplished in a neat and professional manner.

For painting metal surfaces, paint shall normally be applied by spraying with limited use of hand brushes or rollers.

610-3.03 Application: the last paragraph of the Standard Specifications is revised to read:

For painting concrete surfaces, the contractor shall apply all paint applications to a test specimen or to the concrete surface, according to Application Plan, for the subsequent approval of the Engineer. The contractor shall refinish the test inspection areas to match the paint finish of the surrounding concrete surfaces.

610-3.04 Protection Against Damage: the second paragraph of the Standard Specifications is revised to read:

Paint which results in an unsightly appearance on surfaces not designated to be painted shall be removed or obliterated as approved by the Engineer.

610-3.05(A)(1) General: the first paragraph of the Standard Specifications is revised to read:

All surfaces of new metals shall be painted with one shop coat (primer) and two field coats (the intermediate coat and topcoat), unless otherwise specified.

Page 97 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

All paints used shall be appropriately chosen from among the types described in Subsections 1002-2.01 through 1002-2.05 and shall conform to the requirements given therein.

610-3.05(A)(2) Primer: the first paragraph of the Standard Specifications is revised to read:

The dry film thickness of the primer shall not be less than 2.0 mils, and be sufficient to cover the blast profile pattern.

610-3.05(A)(2) Primer: the first sentence of the fifth paragraph of the Standard Specifications is revised to read:

As soon as practicable after being accepted by the Engineer and prior to removal from the shop, machine-finished surfaces shall be coated with a rust inhibitor which can easily be removed.

610-3.05(A)(3) Intermediate Coat: the first sentence of the first paragraph of the Standard Specifications is revised to read:

The intermediate coat shall be appropriately tinted to contrast with the primer.

610-3.05(A)(4) Topcoat: the first paragraph of the Standard Specifications is hereby deleted:

610-3.05(B) Concrete Surfaces: the first paragraph of the Standard Specifications is revised to read:

When painting is specified on the plans or in the special provisions, paint conforming to the requirements of Subsection 1002-2.06, shall be applied to the exposed concrete surfaces tabulated below, except that sidewalks, appurtenant curbs, downdrains, and bridge deck surfaces shall be excluded.

610-3.06 Painting Damaged Galvanized Coating: of the Standard Specifications is revised to read: Damaged areas of galvanized coating shall be roughened by sanding or acid treatment. The roughened areas shall be painted with two coats of zinc-rich primer, conforming to the requirements of Subsection 1002-2.02.

610-4 Blank: the title and text of the Standard Specifications are revised to read:

610-4 Field Adhesion Testing:

Page 98 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Random adhesion testing of the completed paint finish may be performed by the Department after a minimum of 30 days from the time of application.

If adhesion testing is performed, it will be done according to one or both of the following methods and shall meet the respective requirements. When testing is performed in accordance with ASTM D 4541, Method E, a strength of at least 100 psi is required. When testing is performed in accordance with ASTM D 3359, Method A, a rating of 3A or higher is required.

(701PDMPT, 10/09/19)

SECTION 701 MAINTENANCE AND PROTECTION OF TRAFFIC:

701-1 Description: the first and third paragraphs of the Standard Specifications are revised to read:

The work under this section shall consist of providing flagging services and pilot trucks, and furnishing, installing, maintaining, moving and removing barricades, warning signs, lights, signals, cones, and other traffic control devices to provide safe and efficient passage through and/or around the work and to protect workers in or adjacent to the work zone. The work shall be done in accordance with the requirements of Part 6 of the Manual on Uniform Traffic Control Devices (MUTCD) and the associated Arizona Department of Transportation supplement. When referred to herein, these documents will be referred to as MUTCD and associated ADOT Supplement.

When a traffic control plan is included in the project plans, this plan shall govern unless an alternate plan, acceptable to the Engineer, is submitted by the contractor. If no traffic control plan is provided or if the contractor desires to deviate from the provisions for maintaining traffic as described in this section, it shall submit to the Engineer for approval a proposed sequence of operations and a compatible method of maintaining traffic.

The contractor’s submittal shall be prepared by an individual meeting one of the following criteria:

(a) Has successfully completed a recognized traffic control supervisor training and certification program. The traffic control supervisor training and certification provided by the American Traffic Safety Services Association (A.T.S.S.A.) or the International Municipal Signal Association (IMSA) shall be acceptable. Training and certification through other programs must be approved in advance by the Engineer. The individual’s training and certification shall be current and must be valid throughout the duration of the project. In order to remain current with the Department, training and certification shall be completed or renewed at least once every four years.

Page 99 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(b) Be a licensed professional engineer registered in the State of Arizona and have completed an approved traffic control supervisor training program, as specified in Subsection 108.03. The training shall be current and must be valid throughout the duration of the project. In order for the training to remain current with the Department, it shall be completed or renewed every four years.

The contractor shall submit proof of the proposed individual’s credentials at the preconstruction conference. The contractor bears all responsibility for any such contractor- submitted traffic control plan, whether prepared by its direct employee or other individual.

The contractor’s proposal shall be submitted early enough to allow at least two weeks for review and approval before use of the proposed traffic control plan.

701-2.01(B)(1) General Requirements: item (d) of the second paragraph of the Standard Specifications is revised to read:

(d) The name, title and signature of a person having legal authority to bind the manufacturer or supplier of the Category I and II devices. The binding authority shall be in accordance with the applicable requirements of Subsection 106.05(B).

701-2.03 Temporary Concrete Barrier: the second paragraph of the Standard Specifications is revised to read:

The contractor shall provide, at the preconstruction conference, a certificate of compliance, conforming to the requirements of Subsection 106.05, stating that any temporary concrete barrier to be used on the project conforms to Signing and Marking Standard Drawing C-3. The contractor shall include the project number on the submittal.

701-2.04 Temporary Impact Attenuation Devices: the second paragraph of the Standard Specifications is revised to read:

Temporary impact attenuation devices shall also meet evaluation criteria for Test Level 3 per NCHRP (National Cooperative Highway Research Program) Report 350, or for Test Level 3 per MASH (AASHTO Manual for Assessing Safety Hardware). The contractor shall provide, at the preconstruction conference, a certificate of compliance, conforming to the requirements of Subsection 106.05, certifying that any temporary impact attenuation devices to be used on the project will meet the above requirement. The contractor shall include the project number on the submittal.

Page 100 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

701-2.05 Temporary Pavement Markings:

(A) Pavement Marking Paint: of the Standard Specifications is hereby deleted.

701-2.08 Barricades: the title and second paragraph of the Standard Specifications are revised to read:

701-2.08 Barricades and Other Channelizing Devices:

All sheeting for barricades and other channelizing devices shall conform to the requirements of Section 1007.

701-3.05 Temporary Pavement Markings (Application and Removal):

(A) General: the second paragraph of the Standard Specifications is hereby deleted

(C) Preformed Pavement Markings: the first and third paragraphs of the Standard Specifications are revised to read:

Preformed pavement markings for temporary applications shall be Type II (Temporary- Removable) and III (Temporary-Nonremovable) and shall conform to the requirements of Section 705 of the specifications.

Preformed Pavement Markings, Type III, shall only be used where removal of markings is not required due to obliteration, abandonment or overlaying the pavement surface.

701-3.07 Truck-Mounted and Trailer-Mounted Attenuators:

The contractor shall provide trucks and truck-mounted attenuators, or trailer-mounted attenuators and host vehicles, at the locations shown on the project plans and/or as directed by the Engineer.

Attenuators shall meet either NCHRP Report 350, Test Level 3 criteria, or MASH (Manual for Assessing Safety Hardware), Test Level 3 criteria, passing both mandatory and optional tests. The truck and attenuator combination shall only be used in the configuration tested. Either the truck or attenuator shall have a sequential arrow display panel or changeable message board.

Attenuators that require chocking or blocking of the vehicle to meet NCHRP Report 350 or MASH certification shall not be used.

Attenuators shall have rear-mounted, retroreflective chevron stripes and a standard trailer lighting system, including brake lights, turn signals, ICC-bar lights, and two yellow rotating

Page 101 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T beacons, strobe lights, or LED lights mounted on opposite rear corners of the truck or attenuator approximately 4-1/2 feet above the bottom of the tires. A Type C arrow panel or changeable message board shall be provided and shall be installed in accordance with the NCHRP 350/ MASH Crashworthiness Certification or FHWA Letter of Acceptance. There shall be a minimum of seven feet from the roadway to the bottom of the panel or board. Frame work shall be an integral part of the truck and be permanently mounted in such a way as to prevent the unit from separating from the truck in the case of a collision.

For each proposed truck-mounted or trailer-mounted attenuator, the contractor shall provide a Certificate of Compliance, in accordance with Subsection 106.05, to the Engineer for approval prior to use. For truck-mounted attenuators, the certificate shall also include the certified weigh bill for the truck, and for trailer-mounted attenuators the certificate shall state the minimum weight for the host vehicle. The certificate shall state that the attenuator meets the specified criteria, and shall clearly state the roll-ahead distance. When trucks require ballasting to comply with NCHRP 350/MASH Crashworthiness Certifications, the contractor shall provide a letter from the owner supplying the attenuator and truck stating that the ballast is in compliance with the manufacturer’s recommendations and that it is anchored to the truck frame. The letter shall be on the supplier’s official company letterhead and shall include:

(1) the current name, address, and phone number of the supplier of the attenuator,

(2) a statement that the individual signing the letter has the legal authority to bind the supplier,

(3) the name, title and signature of the responsible individual, and

(4) the date of the signature.

A copy of the Certificate of Compliance and if required, the letter regarding ballast shall be kept in the truck cab or host vehicle, available for immediate inspection when requested by the Engineer.

When in use for attenuation, trucks shall be used exclusively for attenuators. When in use for attenuation, such trucks shall not be used to carry or store equipment or devices, secured or unsecured. No modification in configuration or use shall be allowed without a resubmitted certified weigh bill for the Engineer’s approval.

Truck-mounted or trailer-mounted attenuators used as shadow vehicles per the MUTCD shall be positioned at a distance greater than the roll-ahead distance in advance of the workers or equipment being protected so that there will be sufficient distance, but not so much that errant vehicles will travel around the shadow vehicle and strike the protected workers and/or equipment.

Page 102 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The contractor shall cease operations when a truck-mounted or trailer-mounted attenuator is damaged. The contractor shall not resume operations until the attenuator has been repaired or replaced, unless authorized by the Engineer.

701-3.08 Changeable Message Board: of the Standard Specifications is revised to read:

Changeable message boards shall be furnished and maintained by the contractor at the locations shown on the plans and as specified by the Engineer. The operations and messages programmed into the board controller shall be as directed by the Engineer. The changeable message board shall be a complete and operational portable unit which shall consist of a wheeled trailer with an adjustable, changeable message board, board message controller and self-contained power supply.

The power supply for the changeable message board shall be a fully independent self-contained trailer-mounted system. The changeable message board power supply shall be battery operated and rechargeable from a solar panel mounted above the changeable message board.

The message characters shall be delineated by either electromagnetically actuated reflective dots or optically enhanced light emitting diode pixels (LED) operating under the control of a digital computer.

The contractor shall submit, at the pre-construction conference, a Certificate of Compliance that the changeable message board to be used on this project shall be as described herein.

The character formation system and components shall conform to the following requirements:

(1) The changeable message board shall be programmable, and shall be capable of displaying a minimum of three lines of message copy, with a minimum of eight characters per line, in various alphanumeric combinations.

(2) The changeable message board matrix configuration shall be 35 dots or pixels per character in a five horizontal by seven vertical arrangement of the dots or pixels.

(3) The dot or pixel size shall be a 2.5-inch high by 1.625-inch wide rectangle (minimum), or equivalent area.

(4) Each character shall be 18 inches in height and 12 inches in width (minimum).

(5) The horizontal character separation shall be three inches or more.

Page 103 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(6) Dot color shall be fluorescent yellow upon activation and flat black when not activated. The LED pixels shall emit amber light upon activation and be dark when not activated.

(7) The line separation shall be five to 12 inches.

(8) Changeable message boards shall be protected with a clear lexan-type or equivalent shield that shall not interfere with or diminish the visibility of the sign message.

(9) The programmable message board shall be capable of displaying moving arrow patterns as one of the operator-selected programs.

(10) The message board shall also be capable of displaying up to two messages in sequence, with variable timing in a minimum of quarter-second increments.

(11) The message board shall be clearly visible and legible from a distance of 800 feet under both day and night conditions. The dot-matrix board shall have an internal illumination system that shall automatically activate under low light conditions to achieve the visibility requirements. The LED-pixel matrix board shall adjust light output (pulse width modulation) to achieve the visibility requirements.

(12) The power supply achieved from the battery and solar panel recharging system shall have sufficient capacity to operate the changeable message board for a minimum of 20 days without direct sunshine. The solar panel array shall be capable of recharging the batteries such that 2.5 to 3.5 hours of direct sunshine shall provide for a minimum of one 24-hour period of usage. Additionally, the battery recharging controller shall have an ambient temperature sensing device which will automatically adjust the voltage supplied from the solar panels to the batteries. The sensing device shall ensure that the batteries are properly charged in hot or cold weather and shall provide the sign with sufficient power to operate the sign as specified.

When in operation, the changeable message board trailer shall be offset a minimum of eight feet from the nearest edge of pavement. If the trailer is located behind temporary concrete barrier, a minimum offset of six feet will be required. Should the specified shoulder width not be available, a minimum two-foot offset from the nearest edge of pavement or temporary concrete barrier shall be required. When positioned on the highway, the changeable message board trailer shall be delineated with a minimum of 10 Type II barricades or vertical panels with Type C steady burn lights at a spacing of 10 to 20 feet, or as shown on the approved traffic control plan.

When not in operation, the changeable message board shall be moved a minimum of 30 feet from the edge of pavement.

Page 104 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The changeable message board trailer shall be placed on a level surface and be secured as recommended by the manufacturer and as directed by the Engineer. The contractor shall provide any necessary incidental grading and clearing work required to provide a level surface and clear area for the sign.

701-3.10 Sign Sheetings: of the Standard Specifications is revised to read:

Sign sheeting for all temporary work zone signs shall conform to the requirements of Section 1007.

701-3.13 Flagging Services: of the Standard Specifications is revised to read:

Flagging services shall consist of either civilian, local enforcement officers and their vehicles, or DPS (Department of Public Safety) officers and their vehicles. The Engineer will determine the type of flagger needed, and may adjust the relative number of hours of each type of flagger specified in the traffic control plan.

If available, only DPS officers shall be used on Interstate Highways and Urban Freeways. DPS officers shall also be used on other construction projects except when a local law enforcement agency has jurisdiction, in which case a local law enforcement officer and vehicle shall be used.

The contractor shall be responsible to procure civilian flaggers, DPS officers, and local enforcement officers. When procuring DPS officers, the contractor shall contact DPS at least two business days before flagging services will be required. Such contact must be made between the hours of 7:00 A.M. and 5:00 P.M. (M.S.T.). In the event that local enforcement officers or DPS officers are temporarily unable to provide flagging services, the contractor shall ensure that traffic control is maintained and all personnel are protected, either by providing civilian flaggers or through other means as approved by the Engineer. No adjustments to the contract will be allowed for any delays resulting from the unavailability of local enforcement officers or DPS officers. A DPS or local enforcement officer shall not work more than 12 consecutive hours unless an emergency situation exists which, in the opinion of the Engineer, requires that the officer remain in the capacity of a flagger.

The contractor shall furnish verification to the Engineer that all civilian flaggers have completed a recognized training and certification program. Flaggers certified by the American Traffic Safety Services Association (A.T.S.S.A.) or by the National Safety Council shall be acceptable. Certification through other programs offering flagger training must be approved by the Engineer. Flagger certification must be current. Training and certification shall be required at least once every four years.

701-4.03(E) Limitation of Measurement: the second paragraph of the Standard Specifications is revised to read:

Page 105 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Measurement will be made after the initial installation and once weekly thereafter for items in continuous use and at any other times changes are made in the use of traffic control elements listed under Subsection 701-4.01(B). The contractor shall notify the Engineer when any changes are made in the use or location of traffic control elements.

701-4.04 Measurement of Work Elements: Sub-paragraph (A) of the Standard Specifications is revised to read:

(A) Temporary concrete barrier will be measured by the linear foot along the center line of the uppermost surface upon its initial installation (Complete-in-Place), and upon any subsequent relocations, as defined in Subsection 701-5.01. Barrier will be measured by linear foot for each 24-hour day for the "In-Use" condition.

701-4.04 Measurement of Work Elements: Sub-paragraph (C) of the Standard Specifications is revised to read:

(C) Truck-Mounted Attenuators, including driver, and Trailer-Mounted Attenuators, including host vehicle and driver, will be measured by the day for each 24-hour day that a truck-mounted or trailer-mounted attenuator and operator are used to protect the work site.

701-4.04 Measurement of Work Elements: Sub-paragraph (F) of the Standard Specifications is revised to read:

(F) Civilian flagging services will be measured by the hour for each hour that a civilian flagger is provided. Flagging services by DPS officers and local enforcement officers will be measured for each hour that a uniformed, off-duty DPS officer or law enforcement officer with vehicle is employed directly by the contractor as a flagger within the project limits, when authorized in advance by the Engineer. Quantities will be rounded to the nearest 0.5 hour. Civilian, DPS, or local enforcement flagging services and traffic control devices required to permit contractors' traffic to enter safely into normal traffic within the project limits will be paid under their respective items. Flaggers required by a written local permit agreement will be measured for payment under this item. Additional civilian, DPS, or local enforcement flagging services used within the project limits shall be measured for payment under this item, subject to the approval of the Engineer.

Civilian, DPS, or local enforcement flagging services and traffic control devices used outside the project limits will be measured under their respective items. The Department will pay 50 percent of the unit bid price for such flaggers and traffic control devices used as described in this paragraph, subject to the approval of the Engineer. The project limits are defined as the construction

Page 106 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

work zone as shown on the approved traffic control plan for the specific section of highway under construction.

701-4.04 Measurement of Work Elements: Sub-paragraph (H) of the Standard Specifications is hereby deleted.

701-5.01 Temporary Concrete Barrier (Installation and Removal): of the Standard Specifications is revised to read:

Temporary concrete barrier, measured as provided above, will be paid for at the contract unit price, which price shall be full compensation for the work, complete in place, as specified herein and as shown on the plans, including furnishing, placing, dismantling, and removal. The price bid shall also include any required connection devices, barrier markers, and glare screen.

Fifty percent of the contract unit price for temporary concrete barrier will be paid upon satisfactory installation.

Should it be necessary to dismantle, pick up and relocate a portion of the barrier installation during construction, whether laterally or vertically, that portion of the removed and relocated barrier will be considered a new installation and paid for at 100 percent of the contract unit price.

Fifty percent of the contract unit price will be paid upon final removal.

No payment will be made for portions of the barrier which the contractor can adjust or realign without dismantling and picking up, such cost being considered as included in the bid price for Temporary Concrete Barrier "Installation and Removal." The Engineer will be the sole judge as to whether devices are to be dismantled, picked up and reinstalled, or are to be adjusted or realigned.

701-5.02 Temporary Impact Attenuators (Installation and Removal): of the Standard Specifications is revised to read:

Temporary Impact Attenuation Devices shall include Sand Barrels and Energy Absorbing Terminals. Temporary Impact Attenuation Devices, measured as provided above, will be paid for at the contract unit price, which price shall be full compensation for the work, complete in place, as specified herein and as shown on the plans, including furnishing the devices with replacement parts, installing, removing and stockpiling the devices.

Fifty percent of the contract unit price for temporary impact attenuators will be paid upon satisfactory installation.

Page 107 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Should it be necessary to dismantle, pick up and reinstall attenuation devices during construction, the work of removing and reinstalling the devices will be considered a new installation and paid for at 100 percent of the contract unit bid price.

Fifty percent of the contract unit price will be paid upon final removal.

The Engineer will be the sole judge as to whether devices are to be dismantled, picked up and reinstalled or are to be adjusted or realigned. No additional payment will be made for devices which are adjusted or realigned, the cost being considered as included in the contract unit price paid for Temporary Impact Attenuator "Installation and Removal."

Measurement and payment for furnishing materials, equipment and labor and repairing attenuation devices that are damaged by the traveling public will be made in accordance with the requirements of Subsection 109.04 of the specifications.

No measurement or direct payment will be made for furnishing replacement parts and repairing devices damaged by other than the traveling public.

701-5.04 Temporary Painted Pavement Markings: of the Standard Specifications is hereby deleted.

701-6.05 Truck-Mounted Attenuators: of the Standard Specifications is revised to read:

The accepted quantities of truck-mounted attenuators or trailer-mounted attenuators, measured as provided above, will be paid for at the unit bid price for truck-mounted attenuators per day of work site protection, which rate shall be full compensation for the work, complete, including, but not limited to, furnishing all materials; equipment; attached arrow panel or changeable message board; and labor (including the operator); and maintaining and repairing the truck and truck-mounted attenuator, or trailer-mounted attenuator and host vehicle, as specified herein and on the project plans. No adjustment to the unit bid price for truck-mounted attenuators will be made when trailer-mounted attenuators are provided, such price being considered as full compensation for the work, as specified herein, regardless of which type of attenuator is used to protect the work site. It shall be the contractor's responsibility to replace any damaged or destroyed parts of the truck-mounted attenuator or trailer-mounted attenuator and host vehicle at no additional cost to the Department.

701-6.06 Flashing-Arrow Panels, and Changeable Message Boards: the second paragraph of the Standard Specifications is revised to read:

The accepted quantities of changeable message boards, measured as provided above, will be paid for at the unit bid price per day, which price shall be full compensation for the work, complete, including incidental grading; furnishing, operating, maintaining, and relocating the boards on the work site; and providing all necessary labor. Signs, sign stands, Type II

Page 108 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T barricades, or vertical panels and lights that are used to delineate changeable message boards shall be paid for at the respective unit bid prices.

701-6.07 Pilot Services, and Flagging Services: the last paragraph of the Standard Specifications is revised to read:

The accepted quantities of flagging services provided by the DPS officers, measured as provided above, will be paid for at the predetermined hourly rate of $65.26, as shown in the bidding schedule. Of this amount, $44.00 per hour shall be remitted to the DPS officer, and $12.75 per hour shall be remitted to DPS. The remaining $8.51 per hour represents profit and overhead for both the prime contractor and subcontractor. Such price shall be considered full compensation for the work. No additional payment will be made for costs in excess of the predetermined rate, for overtime hours, and for travel time to and from the project, such costs being considered as included in contract items.

(708WPM, 09/06/19)

SECTION 708 PERMANENT PAVEMENT MARKINGS: the title and text of the Standard Specifications are revised to read:

SECTION 708 WATERBORNE PAVEMENT MARKINGS:

708-1 Description:

The work under this section shall consist of cleaning and preparing the pavement surface, furnishing all materials, and applying white or yellow, waterborne, fast-dry or rapid-dry traffic paint, and reflective glass beads at the locations and in accordance with the details shown on the plans, MUTCD, and associated ADOT Supplement, the requirements of these specifications, or as directed by the Engineer.

708-2 Materials:

708-2.01 Pavement Marking Paint:

(A) General:

All material used in the formulation of the pavement marking paint shall meet the requirements specified herein. Any materials not specifically covered shall meet the approval of the Engineer.

Only waterborne traffic paint that has been reviewed, evaluated, and approved by the ADOT Product Evaluation Program or equal, prior to the bid opening of each respective project, shall be used.

Page 109 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Copies of the most recent version of the Approved Products List (APL) are available on the internet from the ADOT Research Center through its Product Evaluation Program.

Certificates of Compliance conforming to the requirements of Subsection 106.05 shall be submitted along with precertification test results from the ADOT Central Laboratory for samples from each batch of material obtained for precertification at the production line of the manufacturer.

(1) Waterborne Pavement Marking Paint: Type I (Standard)

Type I (Standard) waterborne pavement marking paint shall be the traffic paint for long line and short line striping, arrows, symbols, and legends. Type I shall be used:

(a) For temporary traffic control;

(b) At the end of the construction work shift if the roadway is open to traffic over an intermediate layer of pavement while the final lift or layer of pavement has not been placed yet;

(c) As a primer on the final lift or layer of pavement 30 days prior to the application of the durable pavement marking materials;

(d) During Construction on pavement that will not be resurfaced. Two applications of waterborne paint may be used, allowing 30 to 60 days between applications.

Type I paint shall be capable of performing as specified herein when subjected to high traffic volumes and severe wear conditions such as repeated crossing, starting, stopping, and turning movements.

(2) Waterborne Pavement Marking Paint: Type II (High-build)

Type II (High-build) waterborne pavement marking paint shall be used for long line and short line striping, arrows, symbols, and legends. Type II shall be used for temporary traffic control that needs to be in place for at least 180 days, and between two construction seasons.

Type II paint shall be capable of performing as specified herein when subjected to two- season projects, high traffic volumes, and severe wear conditions such as repeated crossing, starting, stopping, and turning movements.

(B) Composition Requirements:

The pavement marking paint shall be a ready-mixed, one component, waterborne traffic line paint of the correct color, to be applied to either asphaltic or Portland cement concrete

Page 110 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T pavement. The composition of the paint shall be determined by the manufacturer. It will be the manufacturer’s responsibility to produce a pigmented waterborne paint containing all the necessary co-solvents, dispersant, wetting agents, preservatives and all other additives, so that the paint shall retain its viscosity, stability and all of the properties as specified herein.

Lead concentrations shall not exceed 0.009 percent by weight (90 ppm) using test method ASTM D3335-85a. The manufacturer shall certify that the product contains no detectable concentrations of:

Antimony Arsenic Cadmium Mercury Chromium, Inorganic Chromium, Hexavalent Toluene, Chlorinated solvents, Hydrolyzable chlorine derivatives, Ethylene-based glycol ethers and their acetates, A carcinogen as defined in 29 CFR 1910.1200.

(C) Manufacturing Formulations:

The manufacturer shall formulate the pavement marking paint in a consistent manner and notify the Engineer of any change of formulation. The formulation of the paint shall be determined by the manufacturer. It will be the manufacturer’s responsibility to formulate paint which will meet the quantitative and qualitative requirements of this specification. Any change in the formulation of the paint shall be approved by the Engineer.

(D) Quantitative Requirements of Mixed Paints:

Table 708-1 Characteristic White Yellow Pigment: Percent by weight, ASTM D 3723, ± 2.0 ± 2.0 Allowable variation from the qualifying sample

Non-Volatile Content/Non-Volatile Vehicle Percent by weight, ASTM D 2369, ± 2.0 ± 2.0 Allowable variation from the qualifying sample

Viscosity: Krebs Units at 77± 1°F, ASTM D 562 70 – 85 70 – 85

Page 111 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Table 708-1 Characteristic White Yellow Weight per Gallon: Pounds per gallon 77± 1°F, ASTM D 1475, ± 0.3 ± 0.3 Allowable variation from the qualifying sample

Vehicle Composition: Vehicle Infrared Spectra, ASTM D 2621, None None allowable variation from the qualifying sample

PH: ASTM E 70, ± 1.0 ± 1.0 Allowable variation from the qualifying sample

Fineness of Dispersion: 3.0 3.0 HEGMAN, minimum, ASTM D 121

Volatile Organic Compounds: Pounds per gallon of paint, maximum, ASTM D 3960 2.1 2.1 according to 7. 1. 2.

Flash Point: 100 100 Degrees F., minimum, ASTM D 93, Method A

Dry Time to No Pick Up: 10 10 With no beads: minutes, maximum, ASTM D 711

Dry Through Time: Minutes, ASTM D 1640 except no thumb pressure is used 20 20 when thumb is rotated 90° on the paint film

Flexibility: ASTM D 522, Method B: Flexibility shall be tested per ASTM D 522, Method B. Draw down the paint to a wet film thickness of 0.005 inches (0.13mm) on a clean bare cold-rolled steel panel. Air-dry for 24 hours at standard conditions then bake for 5 Pass Pass hours at 221 °F +/- 3 °F (105 °C +/- 2 °C) and finally condition the panel for 30 minutes at standard conditions. When tested as specified the paint film shall not crack, chip, or flake after the test panel is bent over a ½ inch (13 mm) diameter, cylindrical mandrel.

Page 112 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(E) Qualitative Requirements:

(1) Color of Yellow Paint:

The color of the yellow paint shall closely match Federal Standard 595b, Color No. 33538.

(2) Dry Opacity:

Dry opacity for the paint will be determined using a black-white Leneta Chart, Form 2C Opacity, or equal, and a calibrated reflectance meter capable of determining reflectance to the nearest 1 percent. Using a 10 mil gap doctor blade, a film of paint is drawn down, covering both black and white portions of the chart on a vacuum plate. The film shall be allowed to dry 24 hours. After calibrating the meter according to the manufacturer's instructions, measure the reflectance over the white and black portions according to the manufacturer’s instructions. Dry Opacity for both white and yellow paint shall be at least 0.90.

(3) Yellowness Index:

Yellowness Index for white paint will be determined as described for dry opacity, only use a 15-mil gap doctor blade to draw down the paint. Calculate the Yellowness Index in accordance with ASTM E313. Yellowness Index for the white paint shall be a maximum of 10.

(4) Reflectance:

Reflectance for both white and yellow paint will be determined using the same 15-mil draw- down film as for the Yellowness Index. For white paint the same sample may be utilized for both the Yellowness Index and Reflectance. Measure the reflectance of the paint film using the reflectance meter according to the manufacturer’s instructions. Reflectance for the white paint shall be at least 85. Reflectance for the yellow paint may range from 42 to 59, inclusive.

(5) UV Color Durability:

UV Color Durability shall be determined using a QUV Weatherometer, with Ultra Violet Light and Condensate Exposure according to ASTM G154, for 300 hours total. The repeating cycle shall be four hours UV exposure at 140 degrees F (60 degrees C) followed by four hours condensate exposure at 104 degrees F (40 degrees C). After 300 hours of exposure, the Yellowness Index for white paint shall not exceed 12, and yellow paint shall closely match Federal Standard 595b, Color No. 33538.

Page 113 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(6) Static Heat Stability:

To determine static heat stability for the paint, place one pint of paint in a sealed can and heat in an air circulation oven at 120 ± 1 degrees F (49 degrees C) for a period of one week. Remove the paint from the oven and check the viscosity in Krebs Units at 77± 1 degrees F (25 degrees C) according to ASTM D 562. The viscosity measured shall be in the range from 68 to 90 Krebs Units, inclusive. Also, check for any signs of instability.

(7) Heat-Shear Stability:

To determine heat-shear stability for the paint, one pint of the paint is sheared in a Waring Blender at high speed to 150 degrees F (66 degrees C). The blender should have a tight fitting lid taped onto it to minimize volatile loss. When the paint reaches 150 degrees F (66 degrees C), stop the blender, immediately pour the paint into a sample can, and apply a cover to seal the can. Let the paint cool overnight and examine for jelling or other signs of instability. Measure viscosity in Krebs Units at 77 ± 1 degrees F (25 degrees C), according to ASTM D 562. The viscosity measured shall be in the range from 68 to 95 Krebs Units, inclusive. If not within the upper limit, run total solids on the sheared paint and adjust solids, if necessary, by adding water to reach the original solids content. If the solids content required adjustment, again check the viscosity of the paint. The viscosity shall be in the range from 68 to 95 Krebs Units, inclusive.

(8) Scrub Resistance:

Scrub Resistance will be determined according to ASTM D 2486. Use an appropriate doctor blade to provide a dry film thickness of 3 to 4 mils. Allow the paint to cure for 24 hours. Perform the scrub resistance test at 77 ± 1 degrees F (25 degrees C) and 50 ± 5 percent humidity. Record the number of cycles to remove the paint film. The number of cycles recorded shall be at least 800.

(9) Spraying Properties:

The paint shall be applied, in the field, at a 15 mils wet film thickness for Type I paint and 25 mils wet film thickness for Type II. Both Type I and Type II paint shall show the following properties at ambient temperatures of 50 to 100 degrees F (10 to 38 degrees C) with paint spray temperature of 150 degrees F, (66 degrees C) maximum.

For Type I paint, 6 to 10 pounds of Type 1 beads shall be post-applied per gallon of paint. For Type II paint, 10 to 12 pounds of Type 3 beads shall be post-applied per gallon of paint. Beads shall conform to subsection 708-2.02 of these specifications.

(a) For rapid-dry paint applied in a mobile operation and not protected by temporary traffic control, dry to a no-track condition in 60 seconds or less when the line is crossed over in a passing maneuver with a standard- sized automobile.

Page 114 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(b) For fast-dry paint applied within an established work zone behind temporary traffic control, dry to a no-track condition in five minutes or less when the line is crossed over in a passing maneuver with a standard- sized automobile.

(c) Produce a clean-cut, smooth line with no overspray or puddling.

(d) Paint immediately after application shall accept glass beads so that the spheres shall be embedded into the paint film to a depth of 50 percent of their diameter.

(e) Paint when heated to the temperature necessary to obtain the specified dry time, shall show no evidence of instability such as viscosity increase, jelling, or poor spray application.

(10) Freeze-Thaw Properties:

The paint viscosity or consistency shall not change significantly when the paint is tested for resistance to five cycles of freeze-thaw according to ASTM D 2243.

(11) Road Service Rating:

Test stripes of the paint shall be applied transversely across the road, 4 inches in width and approximately 12 feet long at a location approved by the Engineer.

Wet film thickness of the test stripes shall be approximately 15 mils for Type I and 25 mils for Type II paint as determined according to ASTM D 4414 and ASTM D 713 prior to test stripe application. To aid in obtaining the correct film thickness, a length of roofing paper placed by the side of the road can be used. Place a rigid metal test panel on the roofing paper in the path of a test line. Immediately after the test line is applied by the striper, measure the wet film thickness. If not satisfactory, adjust the spray pressure and repeat until the target wet film thickness is attained. It is important that no glass beads be present that would give a false wet film thickness. When the wet film thickness is correct, apply a test line across a tared metal test panel. After this, apply another test line across a different tared metal test panel, this time also adding the beads. These samples are necessary to determine the initial bead retention.

Glass beads conforming to the requirements of Subsection 708-2.02 of these specifications (moisture proof type) shall be applied after the paint has been applied, but during the same striping operation at a rate such that the initial bead retention on the test line is at least 6 pounds of beads per gallon of wet paint for Type I paint and at least 10 pounds of beads per gallon of wet paint Type II. The initial bead retention will be determined analytically by the ADOT Construction and Materials Group concurrently with the determination of the dry paint thickness utilizing tared metal test panels. The paint shall accept the glass beads so that the spheres are embedded into the paint film to a depth of 50 percent of their diameter. Test

Page 115 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T stripes will be observed for a period of 180 days from date of application. Paints will be evaluated for wear according to ASTM D913.

After 180 days of service, on a visual rating scale of 0 to 100 percent, paints shall have a rating of 90 percent or better to be acceptable. All ratings will be taken in the wheel track area. Glass beads shall show no more than a 30 percent loss after 180 days of test. This will be determined by taking close-up, before and after photographs of the paint film and by count determining the average bead loss.

The road service test may be waived at the option of the Engineer or evaluated for a period of time less than 180 days.

(12) Workmanship:

Paint shall be free from foreign materials, such as dirt, sand, fibers from bags, or other material capable of clogging screens, valves, pumps, and other equipment used in a paint striping apparatus.

The paint pigment shall be well ground and properly dispersed in the vehicle. The pigment shall not cake or thicken in the container, and shall not become granular or curdled. Any settlement of pigment in the paint shall result in a thoroughly wetted, soft mass permitting the complete and easy vertical penetration of a paddle. Settled pigment shall be easily redispersed, with minimum resistance to the sidewise manual motion of a paddle across the bottom of the container, to form a smooth uniform product of the proper consistency. If the paint cannot be easily redispersed, due to excessive pigment settlement as described above or due to any other cause, the paint shall be considered unfit for use.

The paint shall retain all specified properties under normal storage conditions for 12 months after acceptance and delivery. The contractor shall be responsible for all costs and transportation charges incurred in replacing paint that is unfit for use. The properties of any replacement paint, as specified herein, shall remain satisfactory for eight months from the date of delivery and acceptance.

(F) Manufacturing Requirements:

(1) Inspection:

The manufacturer of the paint shall furnish the Engineer free access to all parts of the plant involved in the paint manufacture, and shall furnish every reasonable facility for sampling both the paint and the raw materials during the process of manufacturing.

All materials used in formulation shall meet the requirements herein specified. Any materials not specifically covered shall meet the approval of the Engineer.

All manufactured paint shall be prepared at the factory ready for application.

Page 116 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

When paint is shipped to a distributor or paint applicator who will store the paint prior to its use, the distributor or paint applicator shall furnish the Engineer free access to all parts of the facility where paint is stored and shall furnish every reasonable facility for sampling the paint.

Paint may also be sampled at the place of storage either at a warehouse or on the site prior to application of the paint. Application of the paint will not be permitted until the paint has been approved by the Engineer. It is the contractor’s responsibility to notify the Engineer at least 14 working days prior to any traffic painting operation and to allow access at that time for paint sampling at the storage location.

At least one paint sample shall be obtained from each lot of paint.

Check-samples of finished paint while being applied will be taken at intervals as determined by the Engineer.

(2) Precertification of Pavement Marking Paint:

All tests will be conducted as specified herein.

(a) General:

As described in Subsection 708-2.01(A), the contractor shall provide to the Engineer a Certificate of Compliance from the manufacturer and test results from the Central Laboratory for samples from each batch of material obtained for precertification at the production line of the manufacturer. If the material fails the precertification testing by Central Laboratory, the manufacturer shall not supply any pavement marking paint represented by the failing test results to ADOT projects. If the material fails the precertification testing by the Central Laboratory, the manufacturer shall not supply any pavement marking paint represented by the failing test results to ADOT projects.

(b) Precertification Sampling:

Sampling of pavement marking paint for precertification shall be for an active ADOT project. The manufacturer shall provide a 1 pint or 1 quart sample in a metal can of pavement marking paint from each batch of production that will be shipped to an ADOT project. The manufacturer shall ship the composite sample to the Central Laboratory at 1221 N. 21st Avenue Phoenix, AZ 85009, along with a Certificate of Analysis, for precertification testing. The manufacturer shall identify the pavement marking paint with the batch number, the batch quantity, the batch date, the manufacturer’s name, and the product name. Such identification shall be shown on the side of the container.

Page 117 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(c) Central Laboratory Precertification Testing Responsibilities

The Central Laboratory is responsible for coordinating precertification for each batch of pavement marking paint that is to be precertified.

For precertification purposes, pavement marking paint at a minimum will be tested for color, total non-volatile percentage, pigment, non-volatile vehicle, weight per gallon, viscosity, dry time, and dry opacity in accordance with the procedures described in 708-2.01(D) and (E).

Upon completion of testing, the Central Laboratory will provide the manufacturer with a copy of the test results for each batch tested. Typically, testing will be completed within five working days of receipt of the paint sample. If the material fails the precertification testing, the manufacturer shall not supply any pavement marking paint represented by the failing test results to ADOT projects.

Evidence of adulteration or improper formulation shall be cause for rejection.

(d) Packaging:

All shipping containers for paint shall comply with the Department of Transportation Code of Federal Regulations, Hazardous Materials and Regulation Board, Reference 49 CFR. The container and lids shall be lined with a suitable coating so as to prevent attack by the paint or by agents in the air space above the paint. The lining shall not come off the container or lid as skins. Containers shall be colored white, including lids, and containers shall have an identifying band of the appropriate color around and within the top one third of the container.

All containers shall be properly sealed with suitable gaskets, shall show no evidence of leakage, and shall remain in satisfactory condition for a period of 12 months after delivery to a distributor or paint applicator. The contractor shall be responsible for all costs and transportation charges incurred in replacing paint and containers.

(e) Labeling:

All containers of paint shall be labeled showing the manufacturer's name, date of manufacture, paint color, product code, manufacturer's batch number, and quantity or weight of paint on both the s ide of the container and also the lid. Containers shall be clearly labeled Rapid Dry or Fast Dry lead-free Waterborne Type I or Type II Traffic Paints.

All containers of paint shall be labeled to indicate that the contents fully comply with all rules and regulations concerning air pollution control in the State of Arizona, Maricopa County.

The manufacturer of the paint shall be responsible for proper shipping labels with reference to whether the contents are toxic, corrosive, flammable, etc., as outlined in the U. S. Department of Transportation, Hazardous Materials Regulations; Reference 49 CFR.

Page 118 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(f) Unused Paint:

Disposal of unused quantities of traffic paint shall be the responsibility of the contractor and shall meet all applicable Federal regulations for waste disposal. Paint which is saved to be used later shall be packaged as specified and shipped to a storage location. Unused paint shall be identified on the container. Unused paint may be utilized on a future project provided the paint still conforms to all specifications contained herein.

708-2.02 Reflective Glass Beads (Spheres):

(A) General:

The term "glass bead" shall be synonymous with the term "glass sphere" as used herein.

The beads shall be manufactured from glass of a composition designated to be highly resistant to traffic wear and to the effects of weathering.

The glass beads shall be moisture-proof; contain less than 0.25 percent moisture by weight; and be free of trash, dirt, or other deleterious materials.

Beads shall be essentially free of sharp angular particles showing milkiness or surface scoring or scratching. Beads shall be water white in color.

Certificates of Compliance conforming to the requirements of Subsection 106.05 shall be submitted.

(B) Physical Requirements:

(1) Gradation:

The gradation for the drop-on beads shall conform to AASHTO M 247 Type 1 and Type 3.

(2) Roundness:

Glass beads shall conform to AASHTO M 247, Type 1 and Type 3. Beads retained on any screen specified in the gradation requirements shall contain at least 80 percent true spheres.

(3) Index of Refraction:

Glass beads shall conform to AASHTO M 247, Type 1 and Type 3.

Page 119 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(4) Specific Gravity:

The specific gravity of the beads shall be in the range 2.40 to 2.60 when tested in accordance with the following procedures:

Place 100 grams in an oven at 230 degrees F (110 degrees C) for one hour.

Remove beads and place in a desiccator until the sample is cool.

Remove approximately 60 grams of beads from the desiccator and weigh the sample accurately.

Pour the beads slowly into a clean 100-milliliter graduated cylinder containing 50 milliliters of isopropyl alcohol. Make certain that air is not entrapped among the beads.

The total volume reading on the graduated cylinder, minus 50, will give the volume of the beads. Calculate the specific gravity as follows:

(5) Chemical Stability:

Beads which show any tendency toward decomposition, including surface etching, when exposed to atmospheric conditions, moisture, dilute acids, or alkalis or paint film constituents, may be required to demonstrate satisfactory reflectance behavior, prior to acceptance, under such tests as may be prescribed.

(6) Hazardous Constituents:

Each lot shall be tested for heavy metal concentration as specified in the following table, tested by an independent laboratory approved by the Engineer, using EPA Method 3052 and EPA Method 6010B.

Table 708-2 Heavy Metal Concentration Arsenic < 75 ppm Antimony < 75 ppm Lead < 0.009% by weight (90 ppm)

The manufacturer shall certify that the product contains no detectable concentrations of other hazardous constituents, including:

Cadmium Barium

Page 120 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Mercury Chromium, Inorganic Chromium, Hexavalent A carcinogen as defined in 29 CFR 1910.1200.

(C) Bead Coating:

All glass beads shall have a moisture-proof adhesion enhancing overlay, consisting of a properly formulated material which prevents bead clumping and clogging and promotes proper embedment and adhesion to the applied paint. Water repellent material applied during the process of bead manufacture. The beads so treated shall not absorb moisture in storage and shall remain free of clusters and lumps and shall flow freely from dispensing and testing equipment. The beads shall conform to AASHTO T 346, “Glass Beads Used in Pavement Markings”.

(D) Acceptance of Glass Beads:

(1) Preapproval Sampling of Glass Beads:

Sampling of glass beads shall be for an active ADOT project. For preapproval of glass beads, the Structural Materials Testing Section will obtain a sample from each lot at the striping contractor’s yard as requested by the striping contractor. At least a 1 gallon sample taken from a “super sack” shall be sampled for each lot. When sampling a lot consisting of multiple super sacks, no less than four super sacks shall be sampled, and the samples combined to make one sample. A field sample shall consist of at least a 1 gallon sample taken from the striping truck for each lot. Each field sample shall be identified with the manufacturer’s lot number. When sampling from the striping truck, the sample shall be obtained from the drop nozzle after 500 feet of striping has been placed. Unless the inspector suspects contamination of the glass beads, no field samples will be required for preapproved lots.

(2) Preapproval Testing of Glass Beads:

Glass beads will be tested in accordance with 708-2.02(B) and (C) of these specifications for gradation, roundness, refraction, and moisture resistance coating. For each lot of glass beads that is to be preapproved, the Structural Materials Testing Section will perform the sampling and testing. A test report with the lot number will be issued for each project the glass beads are to be used for. Upon completion of testing for preapproval, the Structural Materials Testing Section will provide the striping contractor with a copy of the test results.

For glass beads that have not been preapproved, the Structural Materials Testing Section will test field samples submitted by the project. The issuance of a test report and the maintaining of a log of all lots tested will be completed as described for glass beads tested for preapproval. The Structural Materials Testing Section will immediately notify the project of any failing test results.

Page 121 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

708-3 Construction Requirements:

708-3.01 Equipment:

The traffic paint and beads shall be placed on the pavement by a spray-type, self-propelled pavement marking machine except that temporary striping during construction may be placed with other equipment designed for application of paint and beads.

The application equipment to be used on roadway installation shall have, as a minimum, the following characteristic and/ or apparatus:

(A) Capable of applying clear-cut lines of the width specified on the project plans.

(B) Equipped with a mechanical device capable of placing a broken reflectorized line with a 10-foot painted segment and a 30-foot gap.

(C) Equipped with an air-operated glass bead drop-in dispenser controlled by the spray gun mechanism.

A glass bead dispenser which is capable of placing the glass beads into the paint line as the paint is applied to the pavement shall be utilized. This dispenser shall provide satisfactory marking and delineation.

708-3.02 Application:

Painted markings shall be applied when the pavement surface is dry and the weather is not foggy, rainy, or otherwise adverse to the application of markings. The surface shall be free from excess asphalt or other deleterious substances before traffic paint, beads, or primer are applied. The contractor shall remove dirt, debris, grease, oil, rocks or chips from the pavement surface before applying markings. The method of cleaning the pavement surface and removal of detrimental material is subject to approval by the Engineer and shall include sweeping and the use of high-pressure air spray. The placing of traffic markings shall be done only by personnel who are experienced in this work.

Painting shall not be performed when the atmospheric temperature is below 50 degrees F when using waterborne paint, nor when it can be anticipated that the atmospheric temperature will drop below 50 degrees F (10 degrees C) temperature during the drying period. Waterborne paints shall not be applied if rain is expected within one hour of its application, unless otherwise approved by the Engineer. Waterborne paint shall not be heated to a temperature greater than 150 degrees F (66 degrees C) to accelerate drying.

The volume of paint in place shall be determined by measuring the paint tank with a calibrated rod. At the discretion of the Engineer, if the striping machine is equipped with air-

Page 122 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T atomized spray units (not airless) and paint gauges, the volume of paint may be determined by utilizing said gauges. The quantity of glass reflectorizing beads in place shall be determined by measuring the glass reflectorizing bead tank with a calibrated rod.

The contractor shall provide the necessary personnel and equipment to divert traffic from the installation area where the work is in progress and during drying time when, in the opinion of the Engineer, such diversion of traffic is necessary.

Painted markings placed below the final surface shall be placed immediately after a change in long-term traffic patterns/configurations, when the need arises, or as directed by the Engineer. On intermediate lifts of overlay projects, painted markings shall consist of at least 4 inch wide by 4 foot long strips of reflective material, placed at 40 foot intervals. In situations involving severe degree of curvature, the Engineer may direct that the length and spacing be adjusted to 2 feet and 20 feet, respectively. These requirements apply to white lane lines separating traffic moving in the same direction and to yellow center lines for two- lane, two-way roadways in areas where passing is permitted. Painted markings shall be placed on each subsequent pavement course.

Curing compound shall be removed from new concrete surfaces before the placement of painted markings.

Tolerances for Placing Paint, Beads, and Primer:

The length of painted segment and gap shall not vary more than 6 inches in a 40 foot cycle.

The finished line shall be smooth, aesthetically acceptable and free from undue waviness.

Painted lines shall be 4, 8, or 12 inches wide as shown on the plans with a tolerance of ± 1/8 inch and shall be placed at a minimum rate of 16 gallons per mile for a solid 4 inch line and 4 gallons per mile for a broken 4 inch line, based on a 10 foot stripe and a 30 foot gap (40 foot cycle aggregate).

Glass reflectorizing beads shall be applied on the wet paint. For Type I paint, 6 to 10 pounds of Type 1 beads shall be post-applied per gallon of paint. And, For Type II paint, 10 to 12 pounds of Type 3 beads shall be post-applied per gallon of paint.

Wet thickness shall not be less than 15 mils wet film thickness for Type I paint and 25 mils wet film thickness for Type II, unless otherwise shown on the plans.

708-4 Method of Measurement:

Pavement marking paint will be measured by the linear foot along the centerline of the pavement stripe. Skips in dashed lines will not be included in the measurement. Length of pavement markings will be based on a 4 inch wide stripe. Measurement for striping with a

Page 123 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T plan width greater or less than the basic 4 inches as shown on the plans or directed by the Engineer will be made by the following method:

4

Symbols and legends will be measured by each unit applied. Each legend, regardless of the number of letters, will be considered as a single unit.

708-5 Basis of Payment:

Pavement striping of the type specified, measured as provided above, will be paid for at the contract price per linear foot for the total length of painted line applied to the nearest foot, which price shall be full compensation for the work complete, including glass beads, as described and specified herein and on the project plans.

Pavement symbols and legends measured as provided above, will be paid for at the contract price for each painted symbol or legend, which price shall be full compensation for the work complete, including glass beads, as described and specified herein and on the project plans.

(709DCPM, 02/13/19)

SECTION 709 - DUAL COMPONENT PAVEMENT MARKINGS:

709-2.02(J) Retroreflectance: of the Standard Specifications is revised to read:

All white and yellow pavement marking materials shall have the following minimum retroreflectance values when measured by the Department, in accordance with ASTM E1710 within 30 days of application, but no sooner than three days after application to the roadway surface. Retroreflectance readings should be performed in accordance with Subsection 709-3.03(B).

Product Retroreflectance (Millicandelas) White 200 Yellow 150

Additionally, all white and yellow markings placed in the field shall also exhibit the same minimum retroreflectance values 30 days after application to the roadway surface. Markings not complying shall be removed and replaced at no additional cost to the Department.

709-2.03 Glass Beads: the second paragraph of the Standard Specifications is modified to add:

Page 124 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Heavy metal concentration in glass beads shall conform to the requirements of Subsection 708-2.02(B)(6) of the specifications.

709-3.03 Sampling and Testing of In-Place Dual Component Pavement Marking Material: is hereby added to the Standard Specifications:

(A) Thickness Testing:

Random spot checks of the dual component pavement marking thickness will be made by the Engineer to ensure conformance with the required criteria. Suggested spot check procedures include the following:

Wet: Thickness can be field tested immediately after the dual component marking is applied on a metal sample plate. The thickness will be tested using a wet film thickness gauge. The device shall be inserted into the wet dual component markings to the depth of the metal and visually noted. The manufacturer’s directions for use of the gauge shall be followed. The plate should remain in place and not be moved before thickness testing is completed.

Dried: Thickness can be field tested by placing a small flat sheet of metal or duct tape with a known thickness immediately ahead of the striping apparatus. After striping, remove the sample and use a suitable measuring device, such as a caliper or micrometer, to determine the thickness of the dried marking.

Thickness will be tested at a minimum of two locations, randomly selected in any given mile, using the “Dried” method. The thickness measurement includes glass beads. Thickness sampling locations do not require reapplication over the gaps created when removing tape/plate.

Thickness will be measured with a digital caliper capable of measuring to the nearest thousandth of an inch.

(B) Retroreflectance Testing:

The Department will notify the contractor 72 hours prior to testing. Retroreflectance testing will be performed every 0.2 mile, with four readings taken at each location. The four readings will be taken randomly within a 10 foot section. The average of the four readings shall be the result for that location. Should the average of these readings not meet the required retroreflectance values, a second test of four readings will be performed 50 foot forward from the failing test. The higher average value of the two tests will determine the results for that location. The Department will provide raw test results to the contractor.

Page 125 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Retroreflectance testing will be performed in the direction of traffic. On roadways where yellow stripes separate opposing traffic, testing is done in both directions (two locations per 0.2 miles, one in each direction).

Transverse and symbol markings will not be subject to retroreflectance testing.

Longitudinal lines less than 0.2 miles (such as 12 inch white turn lanes), regardless of length, must be tested. A single test of four readings shall be taken at the approximate midpoint of each line. Should the average of these readings not meet the required retroreflectance values, a second test of four readings will be performed at the approximate half way point between the midpoint and the end. The higher average value of the two tests will determine the results for that location.

All markings that fail to meet these minimums will require reapplication and retesting of striping materials. Reapplication shall start from the location of a passing test, across the failure area(s), to the next passing test location. For dual component sections applied on asphalt determined to be deficient in retroreflectance, a second application of 20 mils shall be applied. The reapplication does not require removal of the deficient section. For dual component applied on both PCCP and concrete bridge decks that are determined to be deficient in retroreflectance, the failing application shall be removed and reapplied.

Depending on the extent of failing pavement markings, it may not be practical to retest with the reflectometer. In that case, the Department may perform a visual nighttime inspection. If the striping appears as bright as or brighter than the adjacent striping that meets the required retroreflectance, the Engineer may accept the reapplication.

Should retests for the reapplication of dual component pavement markings fail to meet the required minimum retroreflectance, the contractor shall remove the entire stripe down to the road surface. 709-4 Method of Measurement: of the Standard Specifications is revised to read:

Dual component white and yellow longitudinal pavement markings, and transverse markings such as cross-walks and stop bars, will be measured by the linear foot along the center line of the pavement stripe, and will be based on a four-inch wide stripe. Skips in dashed lines will not be included in the measurement. Measurement for striping with a plan width greater or less than the basic four inches, as shown on the plans or directed by the Engineer, will be made by the following method:

Plan Width of Striping, (inches) x Linear Feet 4 (inches)

Double marking lines, consisting of two four-inch wide stripes, will be measured as two individual marking lines. Crosswalk lines, stop bars, stop lines, gore lines, cross hatch lines, chevron lines and railroad marking transverse lines will be measured for centerline length and adjusted for widths other than four inches, as defined above.

Page 126 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Dual component pavement marking symbols, such as a diamond, or single, double, or triple arrow, will be measured by the unit applied. Each pavement symbol, as shown on the plans, will be considered a unit.

Dual component pavement marking legends, defined as a complete letter grouping such as "SCHOOL," "XING," "STOP," “RR,” or "ONLY," will be measured by each unit applied. Each pavement legend, as shown on the plans, will be considered a unit.

No separate measurement or payment will be made for cleaning the surface, including sweeping and high-pressure air spray; or for calibration of the bead and paint application rates; or for disposal of excess materials, cleaning fluids, and empty material containers; the costs being considered as included in the contract items.

Removal of curing compound from new Portland cement concrete pavement will be measured along the centerline of the line of curing compound being removed or by the unit each for symbols and legends, as appropriate. Measurement of a line of removal of curing compound will be based on a four-inch wide line, and shall be measured by the linear foot, and in accordance with the items of work established in the bid schedule. Measurement for lengths of removal of curing compound with a plan width greater than four inches as shown on the plans or directed by the Engineer will be made by the same method and then adjusted by the following factor:

Plan Width (inches) x Linear Feet 4 (inches)

The plan width will include an extra 4 inches – 2 inches on each side – beyond the plan width of pavement marking and will be based on a continuous length of pavement marking lines unless indicated on the project plans. The cost for abrasive-blasting and grinding existing markings, not including temporary paint or tape lines, shall be paid for under separate items. No separate payment will be made for removing temporary paint or tape lines, the cost being considered as included in contract items.

ITEM 8050003 — SEEDING (CLASS II):

The work under this item shall consist of furnishing all materials, preparing the soil, applying Class II seed, establishing, and maintaining the seeded areas along with final mulch cover.

Areas to be seeded are those disturbed or unvegetated areas listed herein, shown on the plans, called for in the contractor’s erosion/sediment control plan, Nonpoint Source (NPS) pollution control plan, or designated by the Engineer. Unless otherwise prohibited by environmental permit, seeding is required to stabilize the unpaved disturbed dry area within

Page 127 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T the Waters of the U.S. Seeding area below the Ordinary High Water Mark (OHWM) shall exclude any definable low flow channels.

Seeding may be included as part of a landscape project as specified in Section 807, or used for erosion control as part of a Storm Water Pollution Prevention Plan (SWPPP) as specified in Subsection 104.09 of the specifications, or both.

In either case, seeding shall be accomplished in two (2) stages. The first stage shall consist of tillage; furnishing and applying compost, chemical fertilizer, and sulfur; furnishing and planting the contract-specified seed mix; and furnishing, applying and affixing final mulch cover. The second stage, beginning after the first stage has been accepted by the Engineer, shall be a 45 calendar-day period during which time the contractor shall be responsible for maintaining and stabilizing the seeded and mulched areas, and restoring damaged or eroded areas.

Seeding used as part of a SWPPP shall be completed, including the 45 calendar-day maintenance period, before final acceptance, or sooner as required in the SWPPP. Seeding used as part of a landscape project shall be completed, including the 45 calendar-day maintenance period, before the end of the Construction Phase. When seeding is part of a landscape project, the maintenance activities described herein shall be in addition to the work specified in Section 807 for landscape establishment. No time extension will be granted for seeding not completed as specified herein, including the 45 calendar-day maintenance period, prior to final acceptance or before the end of the Construction Phase as applicable.

An on-site pre-activity seeding construction meeting shall be coordinated by Construction Professional Landscape Architect (PLA). The necessity of half-acre (0.5 acre) sample demonstrative area of Class II Seeding shall be verified for the seeded areas greater than five (> 5) acres excluding shoulder build-up areas (edge of pavement build-up areas). The contractor shall guarantee in writing to furnish all suitable equipment for soil tillage, seeding, and mulching during pre-activity seeding construction meeting as evaluated by Construction PLA, as well as approved by the Engineer.

2.0 Materials:

2.01 General:

Appropriate documentation, as specified below, shall be submitted to the Engineer a minimum of 30 calendar days before the start of a scheduled seeding activity. No materials shall be delivered to the site until the documentation has been approved by the Engineer.

Unless otherwise specified, Certificates of Compliance conforming to the requirements of Subsection 106.05 of the specifications shall be provided for all materials.

Page 128 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The contractor shall also provide test from accredited laboratories for all materials, as specified herein. Should the contractor perform its own testing, such test results shall also be provided to the Engineer.

2.02 Seed:

(A) General Requirements:

The species, variety, and strain of seed (designated elsewhere herein as contract-specified seed) shall be as shown on the plans or as specified herein. The contract-specified seed shall be obtained from seed suppliers through harvesting of wildland collections, or field-grown seeds grown prior to or during the contract period.

A Certificate of Analysis for each seed species shall be furnished to the Engineer at least four (4) weeks prior to seeding construction. No seed shall be furnished to, or delivered to the project until approved by the Engineer and Roadside Development. The Certificates of Analysis shall contain the following information for each seed sample: the test results of the Fifty States Noxious Weed list, all seeds including weed seeds listed, purity and germination, tetrazolium test results, when used and any pathology found to be present. The sample testing, when available for the native plant species, shall use the rules for testing seeds published by the “Association of Official Seed Analysts” or the “Society of Commercial Seed Technologists”.

If the samples indicate species listed as noxious, restricted or invasive, the lot will be rejected or evaluated for use on the project. The list of noxious, restricted or invasive species is located at Roadside Development and linked to the following website: http://www.azdot.gov/business/engineering-and-construction/roadway- engineering/roadside-development

Within 30 calendar days after the award of contract, the contractor shall submit the name of the seeding subcontractor to be used, along with written confirmation from seed suppliers and/or collectors, on their letterhead, that the source(s) for the contract-specified seed has been secured. A minimum of three (3) separate confirmation letters from seed suppliers, providers and/or collectors shall be presented through the Engineer for Construction PLA’s evaluation within context from reliable sources. If any of the contract-specified seed is expected to be unavailable prior to the time specified for seeding, in accordance with Subsection 2.02(B) below, the contractor shall notify the Engineer at this same time.

The seed shall be delivered to the project site unmixed in standard, sealed, undamaged containers for each seed species. Each container shall be labeled in accordance with the appropriate provisions of the Arizona Revised Statutes and the U.S. Department of Agriculture rules and regulations under the Federal Seed Act. Labels shall indicate the scientific genus, species, subspecies/varieties or strains of seed, the percentage of germination, purity, weed content, and testing information. Unless otherwise approved by

Page 129 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Roadside Development Section through the Engineer, the date of analysis for Tetrazolium Test (TZ) shall not be more than 15 months prior to the delivery date from a seed provider/supplier. A Certificate of Analysis from an accredited seed-testing laboratory, and conforming to Subsection 106.05 of the specifications, shall accompany each container of seed.

Unless otherwise approved by Roadside Development through the Engineer, weed content of the contract-specified seed mix shall not exceed 0.5 percent (≤ 0.5%).

In addition to Federal Seed Act Regulations, unless otherwise approved by Roadside Development through the Engineer, the contamination of seed lots from the following noxious / invasive plant species shall not be permitted.

NOXIOUS / INVASIVE WEEDS WATCH LIST FOR THE CONTAMINATED SEED LOTS SCIENTIFIC NAME COMMON NAME Redroot Amaranth / Redroot Pigweed / Amaranthus retroflexus Red-Rooted Pigweed / Rough Pigweed Bassia scoparia (syn. Kochia scoparia) Kochia / Fireweed Bothriochloa bladhii (syn. Andropogon bladhii / Andropogon caucasicus / Caucasian Bluestem Andropogon intermedius / Bothriochloa caucasica / Bothriochloa intermedia) Bothriochloa ischaemum Yellow Bluestem Sahara Mustard / Mediterranean Mustard Brassica tournefortii / Prickly Turnip Cheatgrass / Downy Brome / Broncograss Bromus tectorum / Downy Chess / Soft Chess / Drooping Brome Cynodon dactylon (syn. Capriola dactylon) Bermudagrass / Devilgrass Cenchrus spinifex (syn. Cenchrus incertus Field Sandbur / Coastal Sandbur / / Cenchrus pauciflorus / Cenchrus Common Sandbur parviceps) Crossflower / Purple Mustard / Blue Chorispora tenella Mustard / Musk Mustard / Beanpodded Mustard / Tenella Mustard Eragrostis lehmanniana Lehmann Lovegrass Euphorbia esula Leafy Spurge / Green Spurge / Wolf's Milk Euphorbia prostrata (syn. Chamaesyce Prostrate Spurge / Prostrate Sandmat / prostrata / Euphorbia chamaesyce) Ground Spurge / Blue Weed Onopordum acanthium Scotch Thistle / Cotton Thistle Pennisetum ciliare (syn. Cenchrus ciliaris) Buffelgrass / African Foxtail Grass Physalis spp. Ground Cherry / Jerusalem Cherry /

Page 130 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

NOXIOUS / INVASIVE WEEDS WATCH LIST FOR THE CONTAMINATED SEED LOTS SCIENTIFIC NAME COMMON NAME Strawberry Tomato Salsola kali subsp. tragus (syn. Salsola Russian Thistle / Tumbleweed iberica) Setaria faberi Japanese Bristlegrass / Giant Foxtail Setaria pumila (syn. Chaetochloa glauca / Yellow Foxtail / Pigeon Grass / Yellow Chaetochloa lutescens / Panicum glaucum Bristlegrass / Setaria glauca) Green Bristlegrass / Pigeon Grass / Wild Setaria viridis Millet / Green Foxtail Solanum physalifolium (syn. Solanum Hoe Nightshade / Argentine Nightshade / physalifolium / Solanum sarachoides / Green Nightshade / Hairy Nightshade Solanum villosum)

The contractor shall provide all seed tag labels to the Engineer. No payment will be made for seed until tag labels and Certificates of Analysis from all seed to be used on the project have been submitted as specified.

Both the contractor and the seed supplier shall store seed under dry conditions, at temperatures of between 35 F and 120 F, and out of direct sunlight. Prior to using the seed, the contractor, as well as seed supplier, shall both provide a certification letter to the Engineer verifying that the seed was stored as specified herein.

Legume seed shall be inoculated with appropriate bacteria cultures approved by the Engineer, in accordance with the culture manufacturer’s instructions.

Tetrazolium staining shall be acceptable to test for germination and hard seed. Cut or fill testing will not be allowed. As directed by the Engineer, seeds with an expiration date past the acceptable test date or not meeting the specified conditions for storage shall be retested by the contractor. The Engineer may perform random sampling of seeds throughout the project. Mixing of the specified seed at the project site shall be under the supervision of the Engineer.

Application rates of seed as specified are for Pure Live Seed (PLS). PLS is determined by multiplying the sum of the percent germination of seeds, including hard or dormant seeds, by the percent purity.

Seed mix species and the PLS rates are shown in Table 1 below:

TABLE 1 SEED MIX—for All Unpaved Disturbed Areas, Unvegetated Areas, and/or

Page 131 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Designated Areas PLS Rate Per Pound Value Botanical Name Common Name (Pounds for Substitution Per Acre) (see text)

Achillea lanulosa Western Yarrow 1 $30 Artemisia frigida Fringed Sagebrush 1.5 $57 Bouteloua curtipendula Sideoats Grama 2.5 $13 cv. Vaughn * Bouteloua gracilis cv. Blue Grama 1.5 $15 Bad River Balsamorhiza sagittata Arrowleaf Balsamroot 1 $70 Rocky Mountain Cleome serrulata 3 $23 Beeplant Dalea purpurea var. Violet Prairie Clover 1.5 $37 purpurea Festuca arizonica Arizona Fescue 0.75 $15 Hedysarum boreale Boreal Sweet-Vetch 1 $109 Koeleria macrantha Prairie Junegrass 0.75 $35 Linum lewisii Blue Flax 2 $10 Lupinus argenteus Silvery Lupine 2 $75 Muhlenbergia montana Mountain Muhly 0.1 250 Oryzopsis hymenoides Indian Ricegrass 3 $10 Pascopyrum smithii Western Wheatgrass 3 $15 Rocky Mountain Penstemon strictus 1.25 $45 Penstemon Penstemon eatonii Firecracker Penstemon 0.75 $80 Poa fendleriana Muttongrass 1 $65 Yellow Prarie Ratibida columnaris 0.75 $20 Coneflower Ratibida columnaris Red Mexican Hat 0.75 $20 forma pulcherrima Schizachyrium Little Bluestem 1.25 $15 scoparium Sitanion hystrix Squirrel-tail Grass 1.75 $45 (syn. Elymus elymoides) Sporobolus cryptandrus Sand Dropseed 0.5 $10

Estimated Per Acre Subtotal Value for Seeds Only $1,095.25

Page 132 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

* Niner may be furnished if Vaughn is determined by Roadside Development as unavailable from seed sources.

(B) Seed Substitution:

No substitution of the contract-specified seed will be allowed unless evidence is submitted documenting that the contractor has made a diligent effort to obtain the contract-specified seed from either seed suppliers or collectors, and that the contract-specified seed will not become available prior to the time specified for seeding in the contractor’s approved construction schedule.

The contractor may also request a substitution if the lowest price available for the contract-specified seed is greater than two (2.0) times the value shown in Table 1. The contractor shall provide documentation from a minimum of three (3) seed suppliers or collectors supporting such request. Documentation shall include copies of the invoices from each supplier or collector. Only those invoices obtained within three (3) weeks of the time specified for seeding in the contractor’s approved construction schedule will be acceptable.

Should a substitution of the contract-specified seed be requested for one of the two (2) reasons specified above, and the contractor’s documentation is approved by the Engineer, the Department’s Roadside Development Section will specify an alternate seed within five (5) working days of the Engineer’s approval of the contractor’s documentation. The alternate seed will only be allowed when there is an insufficient quantity of the contract- specified seed, as determined in the previous two (2) paragraphs, for the areas to be seeded as called for herein or as required for erosion control. The contractor shall obtain and apply the alternate seed, as required, to all such remaining areas. Unless otherwise approved by the Engineer, the approved alternate seed will only be allowed until such time that contract-specified seed meeting the availability and price requirements specified herein can be provided. For each pound of contract-specified seed not provided by the contractor, the value indicated in Table 1 will be deducted from the contract amount. The price per pound for the alternate seed selected by the Department, as specified above, will be determined in accordance with Subsection 109.04(D)(2) of the specifications. No additional adjustments will be made for substituting the alternate seed, the costs being considered as included in the contract item for seeding.

No payment will be made for areas seeded with unapproved seed. No payment will be made for areas seeded until the entire approved seed mix (including all authorized seed substitutions/adjustments) is executed.

2.03 Tacking Agent:

Tacking agent shall be a naturally occurring organic compound, and shall be non-toxic. The tacking agent shall be a product typically used for binding soil and mulch in seeding or erosion control operations. Approved types shall consist of mucilage or gum by dry weight

Page 133 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T as active ingredient obtained from guar or plantago. The tacking agent shall be labeled indicating the type and mucilage purity.

The contractor shall have the tacking agent swell volume tested by an approved testing laboratory using the USP method. The standard swell volume shall be considered as 30 milliliters per gram. Material shall have a swell volume of at least 24 milliliters per gram. Certified laboratory test results for homogenous consistency shall be furnished to the Engineer for each shipment of tacking agent to be used on project areas. Tacking agent rates shall be adjusted to compensate for swell volume variation. Material tested with lesser swell volume shall have the tacking agent rate increased by the same percentage of decrease in swell volume from the standard 30 milliliters per gram. Material tested with greater volume may reduce tacking agent rates by the same percentage of increase in swell volume from the standard 30 milliliters per gram. Tacking agent shall be pure material without starches, bentonite, or other compounds that would alter the swell volume test results of mucilage, or the effectiveness of the tacking.

2.04 Thermally-Refined Wood Fiber:

Wood cellulose fiber mulch shall conform to the requirements of Subsection 805-2.03 of the Standard Specifications, except as modified herein, and shall be from thermo-mechanically processed wood, processed to contain no growth germination inhibiting factors. The mulch shall be from virgin wood manufactured and processed so the fibers will remain in uniform suspension in water under agitation to form homogenous slurry. Paper products will not be considered as virgin wood. The thermally-refined wood fiber mulch shall have the properties shown in Table 2 below:

TABLE 2 Virgin Wood Cellulose Fiber 90% min. Recycled Cellulose Fiber 10% max. Ash Content 0.8% +/-0.3% pH 4.5 +/-1.0 Water Holding Capacity 10 : 1 (water : fiber) Min.

2.05 Weed Free Straw Mulch:

(A) General:

Straw mulch including barley straw shall conform to the requirements of Subsection 805- 2.03 of the Standard Specifications, except as modified herein, and shall be from the current season's crop. A letter of certification from the supplier shall be required stating that the straw was baled less than twelve (12) months from the delivery date. Additionally, a bill of sale for straw material shall be presented for Construction PLA’s evaluation within context from reliable sources through the Engineer.

Page 134 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

All straw, including hydraulically applied straw, shall be free from noxious weeds in compliance with the standards and procedures of the North American Weed Management Association (NAWMA) or the Arizona Crop Improvement Association (ACIA). The contractor shall provide documentation, including a transit certificate, and appropriate labels and/or marking twine, from the ACIA or NAWMA that straw materials to be used for mulch are free of noxious weeds. The straw shall be accompanied by the certification, labels and/or marking twine at the time of delivery to the project site. Straw delivered to the project without such information will be rejected, and promptly removed from the project.

Rye straw and oat straw will not be acceptable.

(B) Weed Free Straw Mulch for Hydraulic Application:

Hydraulically applied straw mulch shall be wheat, barley, or rice straw processed to various particle sizes, mixed with water and tacking material, and applied as a non-clogging slurry using a hydroseeder. A minimum of 70 percent (70%) of the wheat, barley, or rice straw in the mix shall be not less than 1/2 inch ± 1/4 inch in length. Straw particles may be longer provided that the particles can be used with the selected hydroseeder without clogging. Hydraulically applied straw mulch, as furnished by the manufacturer, may contain up to ten (10) percent paper or cotton materials in dry weight. Hydraulically applied straw mulch shall also contain 20 percent (20%) of wood fiber in dry weight. The combined dry weight percentage of paper, cotton, and wood fiber materials together shall be not less than 15 percent (15%) nor more than 30 percent (30%) of the hydraulically applied straw mulch. The date of installation of hydraulically applied straw mulch cover shall be less than twelve (12) months from the date of production. The date of production of hydraulically applied straw mulch material shall be presented for Construction PLA’s verification through the Engineer. All hydraulically applied straw mulch material shall also meet the requirements of Subsection 805-2.05 (A) stated above.

2.06 Slow-release Chemical Fertilizer and Sulfur:

Chemical fertilizer shall conform to the requirements of Subsection 805-2.06 of the specifications and shall be the kind hereafter specified. Fertilizer shall be composed of a mixture of one part sulfur-coated urea 25-4-8, one part monammonium phosphate 11-52-0, and one part methylene urea 38-0-0. The sulfur-coated urea, a blended fertilizer 25-4-8, shall have approximately 80 percent (80%) of the nitrogen defined as slow release, and contain five (5) percent Iron, ten (10) percent sulfur and trace amounts of zinc and manganese. The result shall be a 24-18-2 chemical blended fertilizer, as specified herein.

In addition to the fertilizer mixture, agricultural sulfur compounds, comprised of between 80 percent (80%) and 96 percent (96%) sulfur, shall be applied at the rate specified in Section 3.02. Chemical fertilizer and sulfur shall not be applied for the seeding area below the OHWM.

2.07 Water:

Page 135 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Water shall be free of oil, acid, salts or other substances which are harmful to plants. All non-potable water shall be tested for its suitability for seeding/planting with the water quality-related concerns of salinity, pathogens and contaminants. The water quality testing result shall be presented for Construction PLA’s evaluation through the Engineer. An Arizona Guide to Water Quality and Uses (web link: https://extension.arizona.edu/sites/extension.arizona.edu/files/pubs/az1610.pdf ) Figure 8, Water Quality and Uses Triangle shall be considered as reference for testing result evaluation and approval.

Water Quality Standards for seeding on construction projects that reach or exceed one- contiguous-acre (≥ 1 contiguous acre) permit threshold soil/ground disturbance defined under current Arizona Pollutant Discharge Elimination System (AZPDES) Construction General Permit (CGP) and/or National Pollutant Discharge Elimination System (NPDES) CGP:

 On Arizona Non-Native Americans Land (Non-Tribal), water quality for seeding construction within 0.25-mile buffer zones of Impaired and/or Outstanding Arizona Waters (OAWs) shall meet the standards of current AZPDES CGP, as well as requirements of these Special Provisions.

The web link of ADEQ’s eMaps within the State of Arizona: http://gisweb.azdeq.gov/arcgis/emaps/?topic=impaired

 Water quality for seeding construction within Arizona Native Americans Land (Tribal) shall meet the standards of EPA-established or approved Total Maximum Daily Loads (TMDLs) under current NPDES CGP, as well as requirements of these Special Provisions.

The web link of EPA-established or approved TMDLs within the State of Arizona: https://iaspub.epa.gov/waters10/attains_index.control?p_area=AZ

The source of water shall be approved by Construction PLA through the Engineer prior to use.

2.08 Compost:

Compost in bulk or furnished in containers or bags, shall consist of composted organic vegetative materials and may contain worm castings. No animal manures or city biosolids shall be used in the composting or added to the compost. Prior to being furnished on the project, compost samples shall be tested for the specified microbiological and nutrient conditions, including maturity and stability, by a testing laboratory approved for testing of organic materials. During pre-activity seeding construction meeting, compost test written results submitted to the Engineer for approval shall be within nine (9) months from the date of the official lab test.

Page 136 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Compost material shall be dark brown in color with the parent material composted and no longer visible. The structure shall be a mixture of fine and medium size particles and humus crumbs. The maximum particle size shall be within the capacity of the contractor’s equipment for application to the constructed slopes. The odor shall be that of rich humus with no ammonia or anaerobic odors.

Bulk Compost shall also meet the requirements of Table 3:

TABLE 3 Cation Exchange Capacity (CEC) Greater than 45 meq/100 g Carbon : Nitrogen Ratio (C : N) Less than 20 : 1 pH (of extract) 5.0 – 8.5 Organic Matter Content Greater than 30% Total Nitrogen (not added) Greater than 1% S, Ca, Mg, Na, Fe, Al, Mn, Cu, Micronutrients (added) Zn, B Greater than 50% on Maturity Maturity Index Index at a 10 : 1 ratio Less than 4mg CO2-C/g OM/day is desirable. Stability Indicator, CO2 Evolution: From 4 through 8mg CO2-C/g Biologically Available C (BAC) OM/day is acceptable. Greater than 8mg CO2-C/g OM/day is not acceptable. The CEC lab testing method shall refer to EPA9081 at the web link: http://epa.gov/osw/hazard/testmethods/sw846/pdfs/9081.pdf

Bulk compost is preferred and shall be applied to areas designated for seeding at the specified rate of 15 cubic yards per acre prior to final tillage for incorporation into the soil seedbed. Unless otherwise approved by the Engineer, bulk compost shall be engaged to all areas where equipment can be operated for final tillage in order to incorporate into the soil seedbed. Bulk compost may be substituted with hydraulically applied compost for small sized projects that cover less than five (< 5) acres of Class II Seeding as evaluated by Construction PLA, as well as approved by the Engineer.

The volume of bulk compost shall be measured and documented for Construction PLA’s verification and approval through the Engineer.

In areas where bulk compost cannot be applied by broadcast methods, compost shall be applied hydraulically as per the approval of the Engineer. Hydraulically applied compost shall be applied at the rate of 3,000 pounds per acre to mini-benched slopes or on other approved areas for incorporation into the soil seedbed. For seeding areas 3:1 and flatter where bulk compost cannot be employed, hydraulically applied compost shall be utilized at

Page 137 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T the rate of 3,000 pounds per acre as per the approval of the Engineer. Hydraulically applied compost may also be combined with soil amendments and fertilizer in the same slurry under the approval of the Engineer. Seed shall be employed separately after the implementation of hydraulically applied compost and prior to the final mulch cover. The weight of hydraulically applied compost shall be measured and documented for Construction PLA’s verification and approval through the Engineer.

Hydraulically applied compost shall meet the requirements of Table 4 below:

TABLE 4 Cation Exchange Capacity (CEC) Greater than 55 meq/100 g * Carbon : Nitrogen Ratio (C : N) Less than 20 : 1 pH (of extract) 5.0 – 8.5 Organic Matter Content Greater than 35% Total Nitrogen (not added) Greater than 1% S, Ca, Mg, Na, Fe, Al, Mn, Cu, Micronutrients (added) Zn, B Less than 4mg CO2-C/g OM/day is desirable. Stability Indicator, CO2 Evolution: From 4 through 8mg CO2-C/g Biologically Available C (BAC) OM/day is acceptable. Greater than 8mg CO2-C/g OM/day is not acceptable. Moisture Content by Weight From 25% through 35% The CEC lab testing method shall refer to EPA9081 at the web link: http://epa.gov/osw/hazard/testmethods/sw846/pdfs/9081.pdf

* When CEC is from 50 meq/100 g through 55 meq/100 g, in order to be approved, the contractor may add 100 pounds additional Hydraulically Applied Compost per acre to compensate for the lower-than-standard CEC value.

Compost shall not be applied for the seeding area below the OHWM. The choice between bulk compost and hydraulically applied compost shall be evaluated, as well as coordinated by Construction PLA according to specific project conditions with the approval of the Engineer.

2.09 Soil Conditioners:

Soil conditioners, when required, will be as shown in the Special Provisions.

Page 138 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

3.0 Construction Requirements:

3.01 General:

(A) Seeding Operations:

At least two (2) weeks prior to beginning seeding, the contractor shall complete and submit a batch mix and seed application form to the Engineer for approval. The batch mix form will be supplied by the Engineer.

After acceptance of the form stated above, the Engineer and contractor in coordination with Construction PLA shall determine a half-acre (0.5 acre) sample demonstrative area to be seeded and mulched prior to applying seed to the remainder of the project. Both regular straw mulch and hydraulically applied straw mulch shall be applied to the sample demonstrative area, as determined during on-site pre-activity seeding construction meeting. Both straw mulches shall be representative of the materials proposed for use on the project. If the seeding and mulching procedures, as well as outcomes are acceptable by Construction PLA, the contractor shall begin seeding operations as specified herein. Photographic Documentation of half-acre (0.5 acre) sample demonstrative seeded/mulched area shall be recorded and submitted to Construction PLA, as comparative standard representation (mandatory visual reference) for Seeding Acceptance under Subsection 3.07 stated below. The contractor shall notify the Engineer at least two (2) days prior to commencing any phase of seeding operations for the remainder of the project.

The equipment and methods used to distribute seeding materials shall provide an even and uniform application of seed, mulch, and other materials at the specified rates.

It is the contractor’s responsibility to furnish all suitable equipment for soil tillage, seeding, and mulching at no additional cost to the Department.

Unless specified otherwise in the Special Provisions, seeding operations shall not be performed on undisturbed soil outside the clearing and grubbing limits of the project or on steep rock cuts.

The contractor shall coordinate the seeding operations with the grading operations to determine mobilization frequency as embankment and cut slopes are finished throughout the duration of the project. Seeding shall be done during suitable weather and soil conditions (soil–water and soil–temperature regimes) for tillage and placement of materials. Seeding operations shall not be performed when wind exceeds ten (10) miles per hour or, if

Page 139 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T in the opinion of the Engineer, conditions would prevent uniform application of materials or would carry seeding materials into areas not designated for seeding.

The contractor shall not expose an area greater than 750,000 square feet (≤17.22 acre) at any one location within the project limits until the seeding proposed for that portion of the project has been installed and accepted by the Engineer. Seeding shall be accomplished within 14 days after slopes and disturbed areas have been completed. Seeding operations shall comply with Subsection 104.09 and the applicable portions of Section 203 of the specifications, and as directed by the Engineer.

Frequent mobilizations may be required to accomplish seeding as specified herein. The Department will consider the cost of such multiple mobilizations to be included in the price bid for the seeding. No adjustments will be made to the contract for the number of seeding mobilization activities. Should the contractor fail to provide seeding for a sub-area as specified herein, the Engineer will immediately notify the contractor of such non-compliance. Should the contractor fail to immediately remedy the unstabilized area, the Engineer may suspend work until such seeding stabilization has been completed, or proceed to provide the necessary seeding stabilization. The entire cost of such work will be deducted from the monies due or to become due to the contractor. In addition, no adjustment to the contract time will be made for suspensions resulting from the contractor’s failure to provide seeding for a sub-area within the time periods specified herein.

3.02 Tillage:

Where equipment can operate, the area to be seeded shall be prepared with a ripper bar, chisel plow, or with other devices to provide thorough soil cultivation to the depth specified below. It is the contractor’s responsibility to furnish all suitable equipment for soil tillage at no additional cost to the Department.

Where equipment is not suitable for operation, hand tillage and/or other manual methods shall be utilized as approved by the Engineer. Tillage depth shall follow the requirements specified herein in accordance with assessment/measurement from Construction PLA, as well as acceptance by the Engineer. For areas too steep to be prepared for seeding after the slope has been completed, as determined by the Engineer, tillage shall be accomplished with appropriate equipment as the slope is being constructed. On slope areas, all tillage shall be horizontal and parallel to the contours of the areas involved in order to create a roughened surface condition to reduce stormwater runoff velocity and volume. All seeded areas suitable for tillage shall be pre-tilled to promote on-site stormwater infiltration and alleviate stormwater surface runoffs, as a part of stormwater peak flow and Volume Reduction Approaches (VRAs). All project areas eroded shall be restored to the specified condition, grade, and slope as directed prior to seeding.

Cut slopes shall be prepared with ridges and deep tillage, or shall be mini-benched so as to detain rainwater/moisture close to its source. On fill slopes, the operations shall be

Page 140 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T conducted in such a manner as to form minor ridges thereon to assist in retarding runoff associated erosion/pollution and favor germination of the seed through detaining rainwater/moisture close to its source.

Except as specified herein, slopes shall be constructed in accordance with Subsection 203-3.03(B) of the specifications. Cut slopes flatter than 3:1 (horizontal to vertical) shall be tilled a minimum of 12 inches in depth, and fill slopes flatter than 3:1 shall be tilled to a six-inch minimum depth. All slopes steeper than 3:1, and areas which could potentially be affected by underground utilities, shall be tilled to a minimum six (6) inches in depth, and left in a roughened surface condition as they are constructed.

Tillage shall be a minimum of two (2) inches in depth for the first ten (10) feet from the toe of AC wedge including shoulder build-up areas (edge of pavement build-up areas) or from the outside edge of curb and gutter.

Care shall be taken during the seeding operations to prevent damage to existing trees and shrubs in the seeding area in accordance with the requirements of Subsection 107.11 of the specifications.

Tillage may require passing the equipment over the area several times to provide thorough soil cultivation. Furrows from tillage shall be no more than 12 inches apart. No work shall be done when the moisture content of the soil is unfavorable to tillage.

All competitive vegetation shall be uprooted prior to seeding and the soil shall be left in a friable roughened surface condition free of clods or large stones over four (4) inches in any dimension, and other foreign material that would interfere with the seeding operation. Exposed stones larger than four (4) inches shall be removed and disposed of in an approved manner prior to grading and seeding. Invasive and non-native weed species shall be eradicated according to MISCELLANEOUS WORK (CONTROL OF NOXIOUS PLANTS) of these Special Provisions.

Regardless of the method of seeding application, all areas prepared with tilling shall have chemical fertilizer and soil amendments (sulfur and compost) uniformly applied and incorporated (disked) into the soil prior to final tillage and seeding.

Chemical fertilizer and sulfur shall be applied at the rate of 200 pounds each per acre. Bulk compost shall be applied at the rate of 15 cubic yards per acre.

Unless otherwise approved by the Engineer, bulk compost shall be applied using broadcast methods to all areas where equipment can be operated. For areas where bulk compost cannot be applied by broadcast methods, as evaluated by Construction PLA and determined by the Engineer, compost shall be applied hydraulically at the rate specified in Section 2.08 above. Hydraulically applied compost shall not be combined with seed and/or final mulch cover in the same slurry. However, sulfur and fertilizer may be utilized together with hydraulically applied compost in the same slurry with the approval of the Engineer.

Page 141 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Slopes 3:1 and flatter shall have fertilizer, sulfur, and compost tilled/disked into a minimum of the top four (4) inches of the surface. Slopes steeper than 3:1 shall have fertilizer, sulfur, and compost uniformly broadcast for incorporation into the soil as directed by the Engineer. Unless otherwise operated together with hydraulically applied compost for the approved locations, fertilizer and sulfur shall not be applied hydraulically to areas for seeding.

For mini-benched slopes, fertilizer, compost, and sulfur shall be applied at the specified rates with no tillage or incorporation.

Seeding shall not initiate until all tillage areas and/or mini-benched slopes are accomplished as approved by Construction PLA through the Engineer.

3.03 Seeding:

(A) General:

Drill seeding with straw mulch shall be considered as the preferred method of seed application when practicable. Unless otherwise approved by the Engineer, drill seeding shall be used for all areas with slopes of 3:1 or less.

Hydroseeding shall be the alternative method for seed distribution for slopes in excess of 3:1, and where drill seeding is not practicable or suitable for soil conditions and seed types, as determined by the Engineer.

Seeds not suitable for drill seeding and hydroseeding methods shall be broadcast manually. Areas to be seeded manually shall be completed after the final soil tillage and prior to any drill or hydroseeding.

Regardless of the seeding method(s), the contractor is responsible to guarantee intimate seed-soil contact. Seed application on top of straw mulch cover or hydraulically applied straw mulch cover shall be rejected.

Final straw mulch cover or hydraulically applied straw mulch cover shall be applied on all seeded areas, as specified in Sections 3.04 and/or 3.05, within 24 hours of seed application. Seeding application shall be accomplished prior to installation of straw mulch cover or hydraulically applied straw mulch cover. Combining the seed application process with the mulching process will not be acceptable. By implementing Low Impact Development (LID) source-control measure, the contractor shall install final straw mulch cover or hydraulically applied final straw mulch cover to minimize raindrop splash erosion and wind erosion/dust, as close as possible at the source of disturbance to protect all seeded areas. Thermally-refined wood fiber shall not be utilized solely as final mulch cover to protect all seeded areas. Seeds shall be neither exposed nor visible after the installation of straw mulch cover or hydraulically applied straw mulch cover.

Page 142 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Unless otherwise specified in the Special Provisions, Class II seeding areas shall not be watered after planting.

(B) Drill Method:

After the tillage and incorporation of fertilizer, sulfur, and compost is completed and accepted by the Engineer, seed shall be planted with a drill seeder capable of accurately metering the specific seed mix. Use of a drill seeder shall not damage the prepared seedbed, and shall provide a soil cover over the planted seed.

Seed shall be planted approximately 1/4 inch deep, with a maximum depth of 1/2 inch. The distance between the furrows produced using the drill process shall not be more than eight (8) inches. If the furrow openers on the drill exceed eight (8) inches, the area shall be drilled twice. Seeding shall be done with grass seeding equipment with double disc openers, depth bands, packer wheels or drag chains, rate control attachments, seed boxes with agitators and separate boxes for small seed. Seed of different sizes shall be sowed from at least two (2) separate boxes adjusted or set to provide the planting rate as specified.

(C) Hydroseed Method:

Areas and seed types not suitable for drill-seeding, as determined by the Engineer, shall be hydroseeded. The contract-specified seed shall be applied in a slurry containing 200 pounds of thermally-refined wood fiber and a minimum of 40 pounds tacking agent per acre. Seed shall not be in the slurry for more than 30 minutes. Hydroseeded areas shall have 100 percent (100%) coverage from all directions as evaluated by Construction PLA, as well as approved by the Engineer. Hydroseeded areas shall also be mulched, as specified in Sections 3.04 or 3.05, within 24 hours of application of the seed.

(D) Manual Application:

Manually applied seeds shall be broadcast evenly to produce uniform distribution over the seeded areas.

3.04 Applying Straw Mulch:

(A) General:

Within 24 hours after each area is planted, straw mulch shall be uniformly applied at the minimum rate of 2 1/2 tons per acre for areas to be crimped and tacked, and minimum two (2) tons per acre for tacked-only areas. Except for edge of pavement build-up areas, and unless otherwise specified by the Engineer, straw mulch shall be applied to all seeded areas. Areas to receive hydraulically applied straw mulch, if directed by the Engineer, shall be mulched in accordance with Section 3.05.

Page 143 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

During seeding and mulching operations, care shall be exercised to prevent drift and displacement of materials. Mulch material which is placed upon trees and shrubs, roadways, structures, and upon any areas where mulching is not specified, or which is placed in excessive depths on mulching areas, shall be removed as directed. Mulch materials which are deposited in a matted condition shall be loosened and uniformly spread to the specified depth over the mulching areas. Any unevenness in materials shall be immediately corrected by the contractor. In addition, the contractor shall minimize production of dust or other airborne particulate matter during application of straw mulch, either by moistening the straw, modifying equipment with misters, or through other means approved by the Engineer.

Except as specified in the next paragraph, straw mulch applied to seeded areas shall be immediately affixed by crimping and tacking after application. No mulch shall be applied to seeding areas which cannot be crimped and/or tacked by the end of each day. Any drifting or displacement of mulch before crimping and/or tacking shall be corrected by the contractor at no additional cost to the Department.

Crimping shall not be required for areas that are steeper than 3:1. Crimping may also be waived, when specifically directed by the Engineer, for drill seeded or hydroseeded areas with rocky conditions or other areas deemed unsuitable by the Engineer for crimping. Straw mulch applied to such areas shall only be tacked, as specified in Subsection 3.04(C) below.

Prior to the application of a tacking agent, protective covering shall be placed on all structures and objects where stains would be objectionable. All necessary precautions shall be taken to protect the traveling public and vehicles from damage due to drifting spray.

(B) Anchorage by Crimping:

Except as specified above in 3.04(A), crimping shall be required for all straw mulched areas. Straw mulch shall be anchored into the soil with a heavy disc. Discs shall be flat and serrated, with at least 1/4 inch thickness having dull edges, and spaced no more than nine (9) inches apart. Straw mulch shall be anchored to a depth of at least two (2) inches and shall not be covered with an excessive amount of soil. Anchoring operations shall be across the slopes where practical, with no more than two (2) passes of the anchoring equipment. Immediately following the crimping operation, the crimped area shall be tacked as specified in Subsection 3.04(C) below.

(C) Anchorage by Tacking:

Straw mulch shall be anchored by tacking, using a slurry consisting of a minimum of 150 pounds of tacking agent, 500 pounds of thermally refined wood fiber mulch, and 300 gallons of water per acre. The contractor may increase the quantities of components to ensure the stability of the straw mulch to provide erosion control during the 45 calendar-day maintenance period at no additional cost to the Department.

Page 144 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

3.05 Hydraulically Applied Straw Mulch with Tacking Agent:

Areas seeded but not practical for straw mulch, as determined by the Engineer, shall have hydraulically applied straw mulch with tacking agent applied at the variable rates shown in the Table 5 below.

TABLE 5 Hydraulically Applied Tacking Agent Thermally-Refined Straw Mulch (pounds pure Wood Fiber Slope (H:V) (pounds per acre – dry mucilage per acre (pounds per acre – weight) – dry weight) dry weight) Flat to 6:1 2,000 150 400 From greater than 2,500 150 500 6:1 to 3:1 Greater than 3:1 3,000 200 600 Erosive Soil Slopes or Highly 3,500 250 700 Erosive Areas* * As determined by Engineer

The contractor shall submit a batch (tank) mix quantity schedule for mulch application to the Engineer for approval prior to mixing hydraulically applied straw mulch, thermally-refined wood fiber, and tacking agent in a slurry. Batch mixing and coverage will be monitored throughout the seeding operations. The contractor shall coordinate the mixing and application operations with the Engineer in advance of all mixing. Fertilizer or seed shall not be mixed into any slurry for temporary erosion control mulch application. 3.06 Shoulder Build-up Areas – Edge of Pavement Build-up Areas:

Seeding shall be applied to all new earthen and milled asphaltic concrete edge of pavement build-up areas. Edge of pavement build-up areas shall be tilled two (2) inches deep from the toe of AC wedge to the toe of the edge of pavement build-up area prior to seeding.

After the two-inch tillage is complete, compost, fertilizer, seeding, and mulching shall be done in three (3) separate steps. For the first step, fertilizer and compost shall be broadcast evenly over both types of edge of pavement build-up areas. For the next step, seed shall be applied by hydroseeding for both types of areas. For the third step, seeded edge of pavement build-ups comprised of milled asphaltic concrete shall have hydraulically applied straw mulch and tacking agent applied, and earthen edge of pavement build-up areas shall have straw mulch or hydraulically applied straw mulch applied, with a tacking agent in either case. No crimping shall be required.

Page 145 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The application rate of hydraulically applied straw mulch and tacking agent shall be as specified in Table 5 above.

3.07 Seeding Acceptance:

After application the Engineer will inspect seeded areas or sub-areas for conformance to the contract requirements. The contractor shall correct, to the satisfaction of the Engineer, any areas not conforming to the specifications. The 45-calendar-day seeding maintenance period will begin upon acceptance of the area by Construction PLA through the Engineer.

The contractor shall maintain and stabilize each area or sub-area, including edge of pavement build-up areas, for a minimum period of 45 calendar days after application of the seeding and mulching materials as evaluated by Construction PLA, as well as approved by the Engineer. Any areas damaged from erosion, or that have less than 90 percent (< 90%) of remaining final mulch cover, shall be re-seeded, re-mulched, and re-tacked at no additional cost to the Department. The Construction PLA shall assess the seeded area in comparison to the pre-established half-acre (0.5 acre) sample demonstrative area for Class II Seeding to determine the necessity of re-seeding, re-mulching, and re-tacking.

Except for projects with Landscape Establishment, seeding shall be completed, including the 45-calendar-day maintenance period, prior to final acceptance, or sooner if required in the SWPPP or elsewhere in the contract documents. Seeding used as part of a landscape project shall be completed, including the 45-calendar-day maintenance period, before the end of the Construction Phase.

4.0 Method of Measurement:

Seeding (Class II) will be measured by the acre, to the nearest one acre of ground surface seeded. Measurements will be along the ground surface for the areas seeded and mulched, as approved by the Engineer.

5.0 Basis of Payment:

During pre-activity construction meeting, the contractor in conjunction with Engineer shall verify and be in agreement with the quantity of seeding areas as evaluated by Construction PLA. The quantity of areas to be seeded shall be in compliance with environmental requirements.

The accepted quantities for Seeding (Class II), measured as provided above, will be paid in two (2) phases corresponding to the application stage and the 45 calendar-day maintenance stage.

Page 146 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Upon completion of the application stage through evaluation by Construction PLA and acceptance by the Engineer in the presence of contractor, the contractor will be paid 70 percent (70%) of the contract bid price per acre for the completed work. Such price will be considered full compensation for furnishing and applying the contract-specified seed mix, fertilizers, soil amendments, tillage, mulch materials, and tacking agent, all required testing, and all equipment and labor required to complete the work as specified herein.

Upon completion of the 45 calendar-day maintenance stage, and final acceptance by Construction PLA through the Engineer, the contractor will be paid 30 percent (30%) of the contract bid price per acre for the completed work. Such price will be considered full compensation for seeding maintenance, including all equipment, labor, and materials required to correct deficiencies in seeded, mulched areas, as specified herein.

No measurement or payment will be made for the mobilizations required to apply and stabilize the seeding for each area or sub-area, as specified herein, the cost being considered as included in the contract price for Seeding (Class II).

An adjustment to the contract will be made if a contractor-requested seed substitution is approved as specified in Subsection 2.02(B) above.

(810ERCON, 3/24/11)

SECTION 810 - EROSION CONTROL AND POLLUTION PREVENTION:

810-2.06(A) General: the first paragraph of the Standard Specifications is revised to read:

Sediment logs, sediment wattles, and fiber rolls shall be manufactured or constructed rolls of fiber matrix, secured with netting, and used for the purpose of controlling erosion by slowing high flow water velocity and trapping silt sediments. Netting for fiber rolls and sediment wattles shall have a minimum durability of one year after installation, and shall be tightly secured at each end of the individual rolls. All wheat straw used in sediment logs, sediment wattles, and fiber rolls shall comply with the requirements of Subsection 810-2.05(B).

ITEM 8101018 — EROSION CONTROL (STABILIZED CONSTRUCTION ENTRANCE/EXIT GRAVEL PAD):

Description:

The installation of Erosion/Sediment Control Gravel Pad Best Management Practice (BMP) for Stabilized Construction Entrance/Exit shall be employed to assist in controlling and minimizing the transportation of debris/soil/dust from the disturbed project site onto the

Page 147 of 248 Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T adjacent roadways/surface streets or Waters of the US. The fractured/crushed Gradation C rocks and associated Nonwoven Very High Survivability Fabric will be required to be completely removed at the completion of the project. The contractor, in conjunction with the Engineer, shall evaluate and determine the locations, as well as quantities of the construction entrance/exit gravel pads in spite of what is proposed in the plans and/or details. Stabilized Construction Entrance/Exit Gravel Pads may be relocated at no additional cost to the Department, with the approval of the Engineer, as the project progresses.

Materials:

Rock materials shall be sound and durable, clean and washed angular shape aggregate/gravel materials and free of silt/dust, seams as well as free of coatings, and of such characteristics that they will not disintegrate when subjected to the action of water. The contractor shall not impair air and stormwater quality through selecting and installing rock materials to maximum extent practicable (MEP). Sedimentary rocks and/or rock materials that will naturally generate excessive fine particles shall not be allowed. Rock materials shall also conform to the requirements specified on the plans and these Special Provisions. The Bulk Specific Gravity (Saturated Surface Dry – SSD) shall be determined in accordance with the requirements of the Sub-section 913—2.01 (A). Rock materials installed in place shall be well graded, angular crushed rocks. Control for the rock gradation will be by visual inspection of the Engineer. The source from which the rock materials will be obtained shall be selected well in advance of the time when it will be required in the work. In addition, the acceptability of the rock materials shall be according to the Sub-section 913—2.01 (A).

Construction Requirements:

The bed for the rock mulch shall be shaped and leveled to provide even surfaces and at a depth to accommodate the rock size as well as depth of rock materials specified on the plans.

The finished surface rock materials may be placed by dumping and spreading in layers by bulldozers or other suitable equipment. Placement depth shall be six (6) to twelve (12) inches based on the necessities of construction vehicle/equipment as per the evaluation of the contractor as well as approval of the Engineer.

Install nonwoven fabric when water is applied for construction vehicle/equipment cleaning on gravel pad. Edge treatment trenching and nonwoven fabric shall not be required if no wash water is used for vehicle/equipment cleaning. If installed, fabric used below the angular crushed rocks shall comply with Sub-section 1014-4.04 for Nonwoven Very High Survivability Fabric.

Bury the edge of Nonwoven Very High Survivability Fabric in the installation trench along perimeter of gravel pad as shown in the Detail. The section of the trench shall be a minimum

Page 148 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T of 18" (depth) X 12" (width). Bury Nonwoven Very High Survivability Fabric along the sides and bottom of the trench to form a "U".

The contractor shall remove and legally dispose from the site all rock materials and fabric associated with this element of work within the time frame as approved by the Engineer. The contractor may propose alternative methods of the Stabilized Construction Entrance/Exit Erosion/Sediment Control Measure (CM) at no additional cost to the Department. If applied, shop drawings shall be submitted to the Engineer for approval.

Method of Measurement:

Item 8101018 – EROSION CONTROL (STABILIZED CONSTRUCTION ENTRANCE/EXIT GRAVEL PAD) will be measured by the Square Yard installed. Measurement will not include any separate measurement of the nonwoven separation fabric or removal and disposal of materials which are being considered an incidental cost to this item of work. Basis of Payment:

The accepted quantities of Item 8101018 – EROSION CONTROL (STABILIZED CONSTRUCTION ENTRANCE/EXIT GRAVEL PAD) measured as provided above, will be paid for at the contract price per Square Yard, which price shall be full compensation for the work, complete in place, including grading area to accept rocks, excavating, furnishing and placing material, removing and disposing of all materials and backfilling, and re-compacting and all other work specified shall be considered as included in the unit cost.

SECTION 810 — EROSION CONTROL AND POLLUTION PREVENTION

810-2.03 Riprap and Rock Mulch: Gradation C Table of the Standard Specifications is revised to read:

Gradation C Rock Mulch (fractured/crushed rocks in angular shape) Sieve Size Percent Passing 3.75 Inch 100 2.5 Inch 50 — 75 2 Inch 30 — 50 1 Inch 10 — 20

(901MOBE, 09/18/12)

SECTION 901 MOBILIZATION:

901-5 Basis of Payment: of the Standard Specifications is revised to read:

Page 149 of 248 Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Payment for mobilization, measured as provided above, will be made at the contract lump sum price, which shall be full compensation for supplying and furnishing all materials, facilities and services and performing all the work involved as specified herein.

Partial payments under this item will be made in accordance with the following provisions. Reference herein to the adjusted contract shall mean the original contract amount exclusive of mobilization:

The first payment of the lump sum price for mobilization will be paid after the Preconstruction Conference provided that all submissions required under Subsection 108.03 are submitted by the contractor at the Preconstruction Conference to the satisfaction of the Engineer. The amount paid for the first partial payment will be in accordance with Table 901-1.

The second payment of the lump sum price for mobilization will be made when the Engineer has determined that a significant amount of equipment has been mobilized to the project site which will be used to perform portions of the contract work. The amount paid for the second partial payment will be in accordance with Table 901-1.

The third payment of the lump sum price for mobilization will be made on the first estimate following completion of five percent of the adjusted contract. Such percentage determination will not include partial payments for material on hand. The amount paid for the third payment will be in accordance with Table 901-1.

The fourth payment of the lump sum price for mobilization will be made on the first estimate following completion of 10 percent of the adjusted contract. Such percentage determination will not include partial payments for material on hand. The amount paid for the fourth payment will be in accordance with Table 901-1.

The total sum of all payment shall not exceed the original contract lump sum price for mobilization, regardless of the fact that the contractor may have, for any reason, shut down its work on the project or moved its equipment away from the project and back again.

TABLE 901-1 AMOUNT ALLOWED FOR MOBILIZATION DURING THE LIFE OF THE CONTRACT Contract Amount: % Of Basis Of Payment $ Contract 25% of the lump sum price for 0 - 5,000,000 12% * mobilization or 3% of the original contract amount, whichever is less. 25% of the lump sum price for 5,000,000 + 10% * mobilization or 2.5% of the original contract amount, whichever is less. * If the price bid for mobilization exceeds this percentage, any

Page 150 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

excess will be paid to the contractor upon completion of the contract.

The adjustment provisions in Section 104 and the retention of funds provisions in Section 109 shall not apply to the item of mobilization. When other contract items are adjusted as provided in Section 104, and if the costs applicable to such items of work include mobilization costs, such mobilization costs will be considered as recovered by the contractor in the lump sum price paid for mobilization, and will be excluded from consideration in determining compensation under Section 104.

When mobilization is not included as a contract item, full compensation for any necessary mobilization required will be considered as included in the prices paid for the various contract items involved and no additional compensation will be made.

(905GRDRL, 06/14/19)

SECTION 905 GUARDRAIL: of the Standard Specifications is revised to read:

905-1 Description:

The work under this section shall consist of furnishing all labor, equipment, and materials to install guardrail, guardrail transitions, guardrail terminals, and end anchors, constructed new, reconstructed, or constructed guardrail from salvage in accordance with the locations and details shown on the plans and the requirements of these specifications, including all necessary components and delineation.

905-2 Materials:

Materials for guardrail, guardrail transitions, and end anchors shall conform to the requirements of Section 1012 and the plans.

Materials for guardrail terminals shall conform to the requirements of the approved manufacturer’s drawings and specifications. Only those guardrail terminals referenced in the plans will be allowed.

Flexible guardrail markers shall be made of a high quality, impact- and ultraviolet-resistant, flexible, white-colored plastic or similar material with a minimum thickness of 0.075 inch. This material shall be configured into a rectangular body that is flat, curvilinear or tubular with a width of between three and four inches. The minimum reflective area for L-shaped and T-shaped markers, attached to the top of wooden posts, and U-shaped markers, attached to the top of steel I-beam posts, shall be ten square inches. The reflectorized surface for flexible vertical guardrail markers attached to the approach side of posts shall be three inches wide by five inches long.

Page 151 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Adhesive materials for applying reflective sheeting to guardrail terminals and flexible guardrail markers shall be in accordance with the sheeting manufacturer's recommendations.

Guardrail delineator material shall be specifically manufactured to provide roadside delineation. All delineators shall consist of complete units that are precut, pre-drilled as applicable, and ready to be installed in the field. The delineators shall be packaged in such manner as to prevent damage and deterioration during shipping and storage. Reflective sheeting for object markers on guardrail terminals, and reflective sheeting used for all other guardrail markers, including flexible guardrail markers shall conform to the requirements of Section 1007.

Transparent colors, inks and paints used in fabrication shall be of the type and quality recommended by the sheeting manufacturer. Transparent colors shall be applied with screen mesh P.E. 157 using fill pass.

Approved guardrail terminals, flexible guardrail markers, and reflective sheeting products are shown on the Department's Approved Products List (APL). Copies of the most current version of the APL are available on the internet from the Arizona Department of Transportation Research Center, through its Product Evaluation program.

905-3 Construction Requirements:

905-3.01 General:

The construction of the various types of guardrail, guardrail transitions, guardrail terminals, and end anchors shall include the assembly and erection of all component parts complete at the locations shown on the project plans or as directed by the Engineer. All materials shall be new except as provided for under Subsections 905-3.04 and 905-3.05.

The various types of guardrail shall be constructed with wood or composite blockouts on either wood or steel posts, at the option of the contractor, except where the post materials to be used are specified on the plans. Excluding guardrail transitions, terminals, long span, box culvert posts, and end anchors, the same type of post shall be used in any one continuous length of guardrail.

All metalwork shall be fabricated in the shop. No punching, drilling, cutting or welding shall be done in the field, except as provided for under Subsections 905-3.04, 905-3.05, and 905- 3.06.

Where field cutting or boring of wood posts and blockouts is permitted, the affected areas shall be treated in accordance with the American Wood Preservers Association Standard M4.

Page 152 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Where wood posts with rectangular sections are used, the posts shall be set so that the longest dimension is perpendicular to the rail.

All bolts shall extend beyond the nuts a minimum of two threads, except that all bolts on posts adjacent to pedestrian traffic shall be cut off 1/4 inch from the nut. All bolts shall be securely tightened unless torque requirements are specified on the plans or manufacturer’s drawings.

Guardrail elements shall be spliced by lapping in the direction of traffic in the nearest adjacent lane.

Rail height of guardrail, transitions, terminals, long span, box culvert posts, and end anchors shall be within ±1 inch of the control height shown on project plans.

When guardrail is being constructed, or reconstructed under traffic, the contractor shall conduct its operations so as to constitute the least hazard to the public and construction personnel. Traffic control shall be provided in accordance with the requirements of Section 701.

905-3.02 Roadway Guardrail:

Guardrail posts shall be set to the line, grade, and spacing shown on the plans. Earthwork placement, grading, compacting, and bituminous surfacing shall be completed prior to installation of the guardrail posts.

Wood posts shall be placed in pre-punched or pre-drilled pilot holes. Steel posts shall either be driven, or placed in manually or mechanically dug holes. New post holes, and existing post holes to be reused shall contain well compacted material under the post, and shall be backfilled with moist soils placed in compacted lifts as approved by the Engineer. Pre- punched post holes, or full depth post driving shall not be used at locations where damage to the curb, gutter, sidewalk, buried items, shoulders or pavement might occur. The Engineer will be the sole judge as to whether driving of posts will be allowed.

Driving of posts shall be accomplished in a manner which will prevent battering, burring, separation of the galvanizing from the steel or distortion of the post. Any post which is bent or otherwise damaged to the extent it is unfit for use in the unfinished work, as determined by the Engineer, shall be removed and replaced at no additional cost to the Department.

Where curb, gutter, sidewalk, buried items, shoulders, or pavement are disturbed in the construction of guardrail, the damage shall be repaired as approved by the Engineer.

Where the top surface of a culvert or other utility is at an elevation which would interfere with full depth post placement, the post shall be eliminated and long span guardrail shall be placed in accordance with the requirements of subsection 905-3.09. Where the top surface of a box culvert is at an elevation which would interfere with full depth post placement, and

Page 153 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T long span guardrail cannot be used, the post shall be placed and anchored in accordance with the requirements of Subsection 905-3.06.

Where rock prevents the full depth placement of posts, the rock, post, and backfill shall be treated in accordance with Standard Drawings. Wood blockouts shall be toe-nailed to the wood posts with one 16-penny galvanized nail on each side of the top of the blockout. Blockouts shall be set so that the top of the blockout is no more than 1/2 inch above or below the top of the post, unless otherwise shown on the project plans. Rail elements shall be spliced at 25-foot intervals or less. Rail elements shall be spliced halfway between adjacent posts unless otherwise shown on the project plans. When the radius of curvature is 150 feet or less, the rail elements shall be shop curved.

905-3.03 Guardrail End Anchors:

End anchors shall be installed in accordance with the plans. Foundation tubes shall be supplied as part of the end anchor. Foundation tubes shall be driven with an approved driving head, or placed in manually or mechanically dug holes. The tubes shall not be driven with the wood post in place. When foundation tubes are placed in holes, the space around and under the tubes shall be backfilled with moist soils placed in compacted lifts, as approved by the Engineer. The foundation tube shall not protrude more than four inches above the ground as measured along a five foot chord.

905-3.04 Construct Guardrail from Salvage:

Salvaged guardrail, guardrail transitions, end anchors, and other guardrail systems shall be constructed at the locations shown on the project plans and in accordance with the provisions specified herein for new construction.

If any salvaged materials are deemed by the Engineer, to be unsuitable for reuse or if the quantities of salvaged materials are insufficient to complete the work, the contractor shall furnish new materials in sufficient quantities to complete the work and the cost of furnishing such materials will be paid for in accordance with the provisions of Subsection 109.04.

Salvage foundation tubes for end anchors shall not be reused.

Where new bolt holes in rail elements are permitted and approved by the Engineer, the holes shall be made by drilling or punching. Flame-cut bolt holes will not be permitted. All metal cut in the field shall be cleaned and painted with two coats of zinc paint in accordance with Section 1002.

905-3.05 Reconstruct Guardrail:

(A) General:

Page 154 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Existing guardrail, guardrail transitions, guardrail terminals, end anchors, and other guardrail systems shall be reconstructed at the locations shown on the project plans, and in accordance with the provisions specified herein for new construction.

Guardrail shall be reconstructed in accordance with either Subsection 905-3.05(B) or 905-3.05(C).

For reconstructed guardrail transitions, guardrail terminals, end anchors, and other guardrail systems, all components shall be completely removed and then reconstructed in place using existing posts, blockouts, and hardware, unless otherwise specified herein.

Reconstructed end anchors shall be installed with new foundation tubes.

Unless otherwise specified herein, where existing posts include a concrete foundation, the concrete foundation shall be fully removed and the hole backfilled with moist soil in compacted lifts, as approved by the Engineer. No separate payment will be made for removal of concrete foundations, or the subsequent backfill and compaction, the cost being considered as included in the contract item. All guardrail components to be re-used shall be removed in such a manner as to prevent damage to and minimize the loss of the components.

Where new bolt holes in reused rail elements are permitted and approved by the Engineer, the holes shall be made by drilling or punching. Flame-cut bolt holes will not be permitted. All metal cut in the field shall be cleaned and painted with two coats of zinc paint in accordance with Section 1002.

Items designated to be reused which are lost, damaged or destroyed as a result of the contractor's operations shall be repaired or replaced by the contractor at no additional cost to the Department.

If any materials designated for reconstruction are deemed by the Engineer to be unsuitable for reuse or if the quantities of existing materials are insufficient to complete the work, the contractor shall furnish new materials in sufficient quantities to complete the work and the cost of furnishing such materials will be paid for in accordance with the provisions of Subsection 109.04. Existing posts, blockouts, rail elements, or hardware which are not required for guardrail reconstruction or which the Engineer deems unsuitable for reconstruction, shall be removed and disposed of as directed by the Engineer.

(B) Reconstruct Guardrail With Existing Materials:

When reconstruct guardrail with existing materials is specified, all guardrail components shall be completely removed and then reconstructed in place using existing rail elements, posts, blockouts, and hardware for posts and blockouts.

Page 155 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(C) Reconstruct Guardrail With New Posts, Blockouts, and Hardware:

When reconstruct guardrail with new posts, blockouts and hardware is specified, all guardrail components shall be completely removed and then reconstructed in place using existing rail elements, and new posts, blockouts, and hardware for posts and blockouts.

905-3.06 Box Culvert Guardrail Posts:

Box culvert guardrail posts for low fill culverts shall be constructed in accordance with plans.

Where field-cutting of steel posts is required, the affected areas shall be cleaned and painted with two coats of zinc paint in accordance with Section 1002.

905-3.07 BLANK

905-3.08 Guardrail Transitions:

Guardrail transitions to concrete barriers shall be constructed in accordance with the plans.

905-3.09 Long Span Guardrail:

This work shall consist of furnishing and constructing long span guardrail, including all materials, in accordance with the requirements of the project plans.

905-3.10 Guardrail Terminals:

Guardrail terminals shall be installed in accordance with the manufacturer’s specifications and approved drawings. Prior to starting work, the contractor shall submit the current version of the manufacturer’s approved drawings and installation manuals for each type of guardrail terminal to be installed on the project. In case of discrepancy or conflict, the current manufacturer’s specifications and approved drawings shall govern. Manufacturer’s dimensions relative to the finished surface shall be measured along a five-foot chord.

Earthwork placement, grading, compacting, and pavement surfacing shall be completed prior to installation of posts for guardrail terminals. The contractor shall install the posts in a manner that prevents heaving or other damage to the surface material. If the Engineer determines that heaving or other damage has occurred, the contractor shall remove and replace surface material at no additional cost to the Department.

905-3.11 Guardrail Delineation:

Page 156 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(A) General:

Flexible guardrail markers shall be either L-shaped, U-shaped (for steel I-beam posts), or T-shaped delineators, or flexible vertical delineators. Flexible L-shaped, U-shaped, and T-shaped delineators shall be installed on the top of the posts, and shall be placed as close as possible to the roadway edge of the post with the retroreflective surface facing oncoming traffic of the nearest traveled lane. Flexible vertical delineators shall be installed on the side of the post facing oncoming traffic, level and true, with the retroreflective sheeting 38 inches above the roadway surface. When nails are used to secure delineation to the top of wood posts, a minimum of two nails shall be driven at an angle to prevent the post from splitting. Side-mounted flexible vertical delineators shall be secured to wood posts with two 1/8-inch diameter by two-inch long galvanized lag screws and flat washers. Side mounted delineation shall be secured to metal posts by drilling two holes through the post and attaching with two galvanized 1/8-inch diameter by 3/4-inch long bolts, flat washers, and lock nuts. Self-tapping 1/8” screws may be used as permitted by the Engineer.

The color of the retroreflective portion of the barrier markers and flexible delineators shall conform to the color of the adjacent edge line. Field application of retroreflective sheeting will not be allowed. The manufacturer shall apply all sheeting in the factory.

The contractor shall remove and replace damaged delineation at no additional cost to the Department.

(B) Guardrail Delineation:

Flexible guardrail markers shall be installed at every sixth post. On radial sections of guardrail, the flexible guardrail markers shall be placed at every other post.

(C) Guardrail Terminal Delineation:

Delineation for guardrail terminals shall be compatible with the average project elevation and traffic direction shown on the plans. The contractor shall maintain consistency within the project limits by selecting the same type of delineation for all similar installations.

For guardrail terminals, the contractor shall use L-shaped, T-shaped, or U-shaped markers, or flexible vertical delineators on the posts shown in Standard Drawings.

The configuration of reflective sheeting object markers on the approach and departure faces of the guardrail terminal.

905-4 Method of Measurement:

The limits of measurement for the various guardrail items are shown on the plans.

Page 157 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Guardrail, of the type shown on the project plans, will be measured by the linear foot along the face of the rail element from center to center of splices, exclusive of guardrail terminals, end anchors, and guardrail transitions. Lengths of tapers required for connecting to existing guardrail and the long span guardrail will be included in overall guardrail length.

Guardrail terminals will be measured by the unit each, including all components and delineation required for a complete installation as shown on the plans and in the approved manufacturer’s drawing and installation manual. Guardrail end anchors will be measured by the unit each, including delineation and all other components required for a complete installation as shown on the plans.

Guardrail transitions will be measured by the unit each, including delineation and all other components required for a complete installation as shown on the plans.

Box culvert guardrail posts will be measured by the unit for each post anchored as shown on the plans. One unit will consist of the cut and fitted guardrail post, anchor plate, and hardware.

Constructing the various types of guardrail, guardrail transitions, and end anchors from salvage will be measured by the linear foot, or by the unit each, using the limits of measurement specified for new construction.

Reconstructing the various types of guardrail, guardrail transitions, guardrail terminals, and end anchors will be measured by the linear foot, or by the unit each, using the limits of measurement specified for new construction.

905-5 Basis of Payment:

The accepted quantities of guardrail, measured as provided above, will be paid for at the contract unit price per linear foot for the types of guardrail installation designated in the bidding schedule, complete in place, including all guardrail delineation, excavation, backfill and disposal of surplus material.

The accepted quantities of guardrail terminals, measured as provided above, will be paid for at the contract unit price each, complete in place, including all components and delineation as required, excavation, backfill and disposal of surplus material.

The accepted quantities of guardrail end anchors, measured as provided above, will be paid for at the contract unit price each, complete in place, including all guardrail components and delineation as required, excavation, backfill, disposal of surplus material, and installation of foundation tubes.

The accepted quantities of guardrail transitions to concrete barriers, measured as provided above, will be paid for at the contract unit price each, complete in place, including guardrail posts, blockouts, hardware, terminal connection, excavation, backfill and disposal of surplus

Page 158 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T material. Concrete barrier that is constructed with a guardrail transition shall be measured and paid for in accordance with the requirements of Section 910 for concrete barrier transition.

Payment for furnishing and placing earthwork and surfacing material for pavement widening associated with new guardrail and at the flares of guardrail terminals will be measured and paid for under the respective contract items.

The accepted quantities of box culvert guardrail posts, measured as provided above, will be paid for at the contract unit price each, and shall be full compensation for the work, complete in place, including anchor plates, hardware, excavation, backfill, removing and replacing surfacing, cutting and fitting steel beam posts, drilling anchor bolt holes in steel posts and box culverts, and disposal of surplus materials.

The accepted quantities of construct guardrail, guardrail transitions, and end anchors from salvage, measured as provided above, will be paid for at the contract unit price, complete in place, including all new guardrail delineation, removal of existing delineation as necessary, excavation, backfill and disposal of surplus or unusable materials.

The accepted quantities of reconstruct guardrail with existing materials, measured as provided above, will be paid for at the contract unit price, complete in place, including all new guardrail delineation, removal of existing delineation as necessary, excavation, backfill and compaction, and disposal of surplus or unusable materials.

The accepted quantities of reconstruct guardrail with new posts, blockouts, and hardware, measured as provided above, will be paid for at the contract unit price, complete in place, including all new posts, blockouts, and hardware, new guardrail delineation, removal of existing delineation as necessary, excavation, backfill and compaction, and disposal of surplus or unusable materials.

The accepted quantities of reconstruct guardrail transitions, guardrail terminals, and end anchors, measured as provided above, will be paid for at the contract unit price, complete in place, including new guardrail delineation, removal of existing delineation as necessary, excavation, backfill and compaction, and disposal of surplus or unusable materials. Payment for reconstructing end anchors will include all costs for providing and installing new foundation tubes.

The contractor will be paid in accordance with the provisions of Subsection 109.04 for furnishing new posts, blockouts, rail elements or hardware to replace components deemed by the Engineer unsuitable for reuse, or to supplement insufficient existing quantities for reconstructing the various types of guardrail, or for constructing the various types of guardrail from salvage.

Page 159 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Reconstruct guardrail does not include stockpiling or relocating guardrail. Guardrail requiring stockpiling or relocating will be compensated under two separate bid items: 1) remove and salvage guardrail, and 2) construct guardrail from salvage.

(912SHTCT, 04/09/15) SECTION 912 SHOTCRETE:

912-1 Description: of the Standard Specifications is revised to read:

The work under this section shall consist of furnishing all materials and applying shotcrete on prepared surfaces at the locations and in accordance with the details shown on the plans and the requirements of the specifications.

Shotcrete shall be mortar or concrete conveyed through a hose and pneumatically applied using either the dry mix process or the wet mix process.

The dry mix process shall consist of thoroughly mixing a proportional combination of dry fine aggregate and Portland cement; conveying the mixture through a delivery hose to a special nozzle where water is added and mixed with the other materials immediately prior to its discharge from the nozzle.

The wet mix process shall consist of premixing by mechanical methods a proportional combination of Portland cement, supplementary cementitious material, aggregate, and water required to produce mortar or concrete; conveying the mortar or concrete through the delivery hose to the special nozzle where additional compressed air is added at the nozzle prior to its discharge.

912-2.01 Portland Cement and Water: of the Standard Specifications is revised to read:

Portland cement and mixing water shall conform to the requirements of Subsections 1006- 2.01 and 1006-2.02, respectively.

912-2.02(A) Fine Aggregate: of the Standard Specifications is revised to read:

Fine aggregate shall conform to the requirements of Subsection 1006-2.03(B). 912-2.03 Admixtures: of the Standard Specifications is revised to read:

Admixtures shall conform to the requirements of Subsection 1006-2.04. Air-entraining admixtures will be required for shotcrete placed at an elevation of 3,000 feet or above. Air content will be measured in accordance with AASHTO T 152.

When the wet-mix process is used, the air content will be measured just prior to pumping, and shall not be less than seven percent nor more than ten percent.

Page 160 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

When the dry-mix process is used, the air content will be measured from the in-place material that has been shot, and shall not be less than four percent nor more than seven percent.

912-2.05 Equipment: the last paragraph of the Standard Specifications is revised to read:

Equipment for use with the wet mix process shall be the pneumatic feed type; however, a positive displacement type may be used if permitted in writing by the Engineer. The pneumatic feed type shall be capable of discharging the concrete or premixed mortar accurately, uniformly, and continuously through the delivery hose and to the gunning nozzle. The nozzle shall be fitted with an air ring for injecting additional compressed air into the flow of material. The size of the delivery hose shall be within the range of 1-1/4 to 2-1/2 inches.

912-3.01 Proportioning and Mixing: of the Standard Specifications is revised to read:

(A) Dry Mix Process:

Dry mix material shall consist of one part Portland cement to not more than four parts fine aggregate, measured either by weight or by volume. The fine aggregate shall contain not less than three percent nor more than six percent moisture by weight. The cement and fine aggregate shall be thoroughly mixed before being charged into the delivery equipment. If the contractor uses a drum-type mixer, the mixing time shall be not less than one minute. The mixed material shall be utilized promptly after mixing. Any unused material that stands more than 45 minutes will be rejected and removed from the work site.

(B) Wet Mix Process:

(1) Premixed Mortar:

Premixed mortar shall consist of not less than 564 pounds of combined Portland cement and supplementary cementitious material per cubic yard, fine aggregate, chemical and/or air-entraining admixtures, and water mixed to a desired consistency, generally to a slump in the range of 1-1/4 to four inches.

The material may be mixed at a central mixing plant or at the project site. If mixing is done at the project site, the mixer shall be capable of thoroughly mixing the specified materials in sufficient quantity to maintain continuous placing of the mortar.

(2) Concrete:

Page 161 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The contractor shall determine the mix proportions and shall furnish concrete for pneumatic placement which contains a minimum of 658 pounds of combined Portland cement and supplementary cementitious material per cubic yard of concrete and which attains a minimum 28-day compressive strength of 3,000 pounds per square inch, unless otherwise specified. Fine aggregate and coarse aggregate shall conform to the requirements of Subsection 912-2.02. The total mix shall contain 15 to 20 percent coarse aggregate, by weight. The water/cementitious material ratio shall not exceed 0.50. In no case shall the slump be greater than four inches.

If ready-mixed concrete is used, it shall conform to the requirements of ASTM C 94.

912-3.05 Placement: the title and first paragraph of the Standard Specifications is revised to read:

912-3.05 Placement of Shotcrete:

The velocity of the shotcrete as it leaves the nozzle shall be maintained uniform and at a rate approved by the Engineer for the given job conditions. The nozzle shall be held perpendicular to the working surface and at a proper distance, generally between two and five feet, to ensure maximum compaction with minimum rebound of the shotcrete.

912-3.06 Testing: the last paragraph of the Standard Specifications is revised to read:

The three cores will be tested by the Engineer for 28-day compressive strength in accordance with Arizona Test Method 317. Unless otherwise specified, the cores shall have an average compressive strength of at least 3,000 pounds per square inch.

912-3.07 Construction Joints: of the Standard Specifications is revised to read:

Construction joints shall be tapered to a shallow edge of one inch thick over a width of one foot, except where the joint will be subjected to compressive loading. If such is the case, or if joints are at slab intersections, full depth vertical joints shall be constructed and special care taken to avoid or remove trapped rebound at the joint. The entire joint shall be thoroughly cleaned and wetted prior to the application of additional shotcrete.

912-3.08 Finishing: the second paragraph of the Standard Specifications is revised to read:

Unless otherwise specified, the surface of the shotcrete shall have a natural gun finish.

912-4 Method of Measurement: the second paragraph of the Standard Specifications is revised to read:

Page 162 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

No measurement will be made of unexposed surfaces such as support slabs at joints, integral curb faces, or cut-off walls.

912-5 Basis of Payment: of the Standard Specifications is revised to read:

Payment for shotcrete will be made at the contract unit price per square yard, complete in place, including excavating, backfilling, fine grading, compaction, and reinforcement. (913BKPRT, 03/15/18)

SECTION 913 - BANK PROTECTION: of the Standard Specifications is revised to read:

913-1 Description:

The work under this section shall consist of furnishing all materials and constructing bank protection in accordance with the details shown on the plans and the requirements of the specifications.

Bank protection shall be dumped riprap, grouted riprap, wire tied riprap, riprap in wire baskets or gabions, soil-cement, and other types of bank protection and shall be constructed at the locations and as shown on the project plans.

913-2 Materials:

913-2.01 Rip Rap Bank Protection:

(A) Rock:

Rock shall be sound and durable, free from clay or shale seams, cracks or other structural defects.

The bulk (SSD) specific gravity of the rock shall be a minimum of 2.4 as determined in accordance with the requirements of Arizona Test Method 210, modified to specify that testing shall be performed on three-inch maximum to plus No. 4 size material. If required by the Engineer, the contractor shall break an adequate amount of rock down to three-inch maximum size particles for performance of the necessary testing. Rock used to construct dumped riprap shall be angular in shape. Rock used to construct other types of bank protection may be rounded stones or boulders. Rock shall have a least dimension not less than one-third of its greatest dimension and a gradation in reasonable conformity with that shown herein for the various types of bank protection. Control of the gradation will be by visual inspection.

When a source of rock is designated, it shall be the contractor's responsibility to negotiate for the material, obtain the right-of-way and pay all royalties and damages.

Page 163 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The acceptability of the rock will be determined by the Engineer by visual inspection and/or testing. If testing is required, suitable samples of rock shall be taken in the presence of the Engineer at least 25 days in advance of its expected use. The approval of some rock fragments from a particular quarry site shall not be construed as constituting the approval of all rock fragments taken from that quarry.

During construction of the bank protection, the contractor shall provide two samples of rock for the intended use. The size of each sample for dumped riprap and riprap (slope mattress) shall be at least five tons. The size of each sample for grouted riprap, wire tied riprap, gabions, and rail bank protection shall be at least 500 pounds. One sample shall be provided at the construction site and may be a part of the finished bank protection. The other sample shall be provided at the quarry. These samples will be used as a frequent reference for judging the gradation of the rock supplied. Any difference of opinion between the Engineer and the contractor shall be resolved by checking the gradation of two random samples of the rock.

Material that is deemed unsatisfactory by the Engineer shall be replaced with acceptable material at no additional cost to the Department.

(1) Grouted Riprap:

Gradation of the rock for grouted riprap shall be as specified in the Special Provisions or as shown on the project plans.

(2) Wire Tied Riprap:

Rock for wire tied riprap shall be well graded with at least 95 percent exceeding the least dimension of the wire mesh opening. The maximum size rock, measured normal to the mat, shall not exceed the mat thickness.

(3) Dumped Riprap:

Gradation of the rock for dumped riprap shall be as shown on the project plans or as specified in the Special Provisions.

Mechanical equipment, a sorting site, and labor needed to assist in checking gradation shall be provided by the contractor at no additional cost to the Department.

(4) Gabions:

Rock for gabions shall be well graded, varying in size from four to eight inches.

(5) Riprap (Slope Mattress):

Page 164 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Rock for slope mattress shall be well graded with 70 percent exceeding three inches. The maximum dimension of a single rock shall not exceed the least dimension of the gabion.

(6) Rail Bank Protection:

Rock used to construct rail bank protection shall be well graded, varying in size from four to 12 inches. (B) Metal Items:

(1) Wire Fabric:

Welded wire fabric shall be galvanized and shall conform to the requirements of AASHTO M 55, except that the minimum weight of the zinc coating shall be 0.15 ounces per square foot of actual surface.

Woven wire fabric shall be galvanized and shall conform to the requirements of ASTM A116, except that the minimum weight of the zinc coating shall conform to the requirements of ASTM A641, Class 3. Wire fabric shall be of the diameter, spacing, pattern, and dimensions shown on the plans. The selvage on each sheet of mesh shall be galvanized steel wire with a minimum diameter 25 percent larger than that used in the body of the mesh.

Certificates of Compliance conforming to the requirements of Subsection 106.05 shall be submitted.

(2) Miscellaneous Fittings and Hardware:

Miscellaneous fittings and hardware shall be of the type and size provided by the manufacturer of the major item to which they apply and shall be galvanized in accordance with the requirements of AASHTO M 232.

Certificates of Compliance conforming to the requirements of Subsection 106.05 shall be submitted.

(3) Tie Wires:

Tie wires shall be of good commercial quality and the size shall be as shown on the project plans, except that the minimum weight of the zinc coating shall conform to the requirements of ASTM A641, Class 3. At the option of the contractor, approved wire fasteners may be used on gabions, slope mattresses, or wire fabric in lieu of tie wires.

Certificates of Compliance conforming to the requirements of Subsection 106.05 shall be submitted.

(4) Steel Cable:

Page 165 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Steel cable shall be zinc-coated steel structural wire rope conforming to the requirements of ASTM A475, seven-wire strand, Class A, for the diameter shown on the plans.

Certificates of Compliance conforming to the requirements of Subsection 106.05 shall be submitted.

(5) Railroad Rail:

Railroad rails may be new or used. If used rails are furnished, they shall be free from rust and equal to at least 95 percent of the original section.

(6) Soil Anchor Stakes:

Soil anchor stakes shall be steel and of the length called for on the plans. When not specified to be railroad rails, the following items may be used: crane rails with a weight of at least 40 pounds per linear foot, two-inch diameter steel pipe conforming to the requirements of ASTM A53, or 3-inch by 3-inch by 3/8-inch structural steel angles conforming to the requirements of ASTM A36. Used rails, pipe or angles may be used provided the material is not rusted or damaged to the extent that the strength of the item is reduced to less than 90 percent of a new item of the same type and size.

Certificates of Compliance conforming to the requirements of Subsection 106.05 shall be submitted.

(C) Bedding Material:

Bedding material shall consist of granular material having a maximum dimension of two inches and shall be free of clay or organic material.

(D) Grout:

Grout shall consist of Portland cement, aggregate, and water. It may also contain supplementary cementitious material. Portland cement, aggregate, water, and supplementary cementitious material shall conform to the requirements of Section 1006. If approved by the Engineer, chemical admixtures may be used. Chemical admixtures shall conform to the requirements of Subsection 1006-2.04, except no admixtures containing chlorides or nitrates shall be used. Air-entraining admixtures, conforming to the requirements of Subsection 1006-2.04, will be required for grout placed at elevations of 3000 feet or above.

The grout shall meet the requirements given in the table below.

Page 166 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Minimum Maximum Cementitious Slump: Air Content: Water/Cementitious Material Content: Inches Percent Material Ratio (w/cm): Lbs per CY (See Note 2) (See Note 3) Lb./Lb. (See Note 1)

850 0.60 9  2 0 – 8

Note 1: A maximum of 25 percent of the cementitious material, by weight, may consist of an approved Class F fly ash, conforming to the requirements of ASTM C 618.

Note 2: The slump shall be in the appropriate range to permit gravity flow into the interstices with limited spading and brooming. The consistency of the grout shall be as approved by the Engineer.

Note 3: For placement of grout at elevations of 3000 feet or above, the air content shall be a minimum of 4 percent and a maximum of 8 percent.

The mix shall consist of fine aggregate; however, at the option of the contractor, No. 8 coarse aggregate may be used in the grout. If No. 8 coarse aggregate is used, the volume shall be a maximum of 35 percent of the total aggregate volume.

For plant-mixed grout, the proportioning, mixing, and placing shall be in accordance with the applicable requirements in Section 1006.

For on-site mixing, grout that has been mixed more than one hour shall not be used.

Retempering of grout will not be permitted.

(E) Bank Protection Fabric:

Fabric shall be supplied in accordance with and conform to the material requirements of Subsections 1014-1 and 1014-5, respectively. Special attention shall be given to the required survivability of the fabric.

The identification, packaging, handling, and storage of the geotextile fabric shall be in accordance with ASTM D4873. Fabric rolls shall be furnished with suitable wrapping for protection against moisture and extended ultraviolet exposure prior to placement. Each roll shall be labeled or tagged to provide product identification sufficient to determine the product type, manufacturer, quantity, lot number, roll number, date of manufacture, shipping date, and the project number and name to which it is assigned. Rolls will be stored on the

Page 167 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T site or at another identified storage location in a manner which protects them from the elements. If stored outdoors, they shall be elevated and protected with a waterproof, light colored, opaque cover. At no time, shall the fabric be exposed to sunlight for a period exceeding 14 days.

(F) Sacked Concrete:

Sacked concrete shall be utility concrete conforming to the requirements of Section 922, except that the minimum cement content shall be 376 pounds per cubic yard; the slump shall be from three to five inches; and the aggregate shall conform to the following gradation when tested in accordance with the requirements of Arizona Test Method 201:

Sieve Size Percent Passing 2 inch 100 1/4 inch 45-89 No. 200 0-12.0

Sacks for sacked concrete riprap shall be made of at least AASHTO M 182, Class 3, burlap and shall be approximately 19-1/2 by 36 inches measured inside the seams when the sack is laid flat, with an approximate capacity of 1.25 cubic feet. Sound, reclaimed sacks may be used.

913-2.02 Soil-Cement Bank Protection:

(A) Hydraulic Cement, Fly Ash, and Water:

Hydraulic cement, fly ash, and water shall conform to the requirements of Subsection 1006-2.

(B) Soil-Aggregate:

The source of soil-aggregate materials shall be the responsibility of the contractor. The contractor shall be solely responsible for the construction of the stockpile(s), including monitoring for quality and uniformity of the material placed therein. The soil-aggregate used in the soil-cement mixture shall consist of stone, gravel or other approved inert material of similar characteristics, and shall be clean and free from vegetable matter and other deleterious substances. Soil-cement aggregate shall conform to the following gradation requirements when tested in accordance with Arizona Test Method 201:

Sieve Size Percent Passing 1-1/2 in 98-100 No. 4 60-90 No. 200 5.0-15.0

Page 168 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The Plasticity Index shall be a maximum of 5 when tested in accordance with the requirements of AASHTO T 90. Clay lumps larger than 1 inch shall be removed. When soil-aggregates are stored on the ground, the sites for the stockpiles shall be clear of all vegetation and level. The bottom one-foot layer of aggregate shall not be disturbed or used.

The debris or waste material resulting from the clearing and preparing of the site shall be disposed of in accordance with Subsection 201-3.02.

(C ) Mix Design Requirements for Soil-Cement Bank Protection:

Utilizing soil-aggregate, cementitious material, and water, a mix design conforming to the requirements specified herein shall be formulated and submitted by the contractor to the Engineer for approval prior to incorporating any of the material into the work.

The amount of cement shall be determined by laboratory testing by the contractor in accordance with Arizona Test Method 220. For mix design purposes, the cement content of the soil-cement mixture shall be determined as the cement content which yields a seven day compressive strength of 1250 psi for the soil-cement mixture.

The percent of cement to be used in the mix shall be calculated to be the weight of cement divided by the total weight of the dry compacted soil-cement.

Included in the mix design data shall be the grade of cement, brand of fly ash, and the source of aggregate. A new mix design shall be submitted for approval any time the contractor requests a change in soil-aggregate source from that given in the approved mix designs.

913-3 Construction Requirements:

913-3.01 Rip Rap Bank Protection:

Areas on which bank protection is to be constructed shall be cleared, grubbed, and excavated or backfilled in accordance with the requirements of the appropriate sections of Division II to produce a ground surface in reasonable conformance with the lines and grades shown on the project plans or established by the Engineer.

Placement through water will not be permitted unless otherwise approved by the Engineer.

Areas which are excavated for installation of rail bank protection shall be backfilled to original ground or to the lines and grades shown on the plans.

(A) Bank Protection Fabric:

Page 169 of 248 Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

When fabric is required, it shall be placed in the manner and at the locations shown on the project plans. The surface to receive the fabric shall be free of obstructions, depressions and debris. The fabric shall be loosely laid and not placed in a stretched condition. The strips shall be placed to provide a minimum 24 inches of overlap for each joint. On horizontal joints, the uphill strip shall overlap the downhill strip. On vertical joints, the upstream strip shall overlap the downstream strip. The fabric shall be protected at all times during construction from extensive exposure to sunlight.

When the maximum size of the rock to be placed on fabric exceeds 18 inches, the fabric shall be protected during the placement of the rock by a layer of bedding material. The bedding material shall be spread uniformly on the fabric to a depth of four inches and shall be free of mounds, dips or windrows. Compaction of the bedding material will not be required.

Rock shall be carefully placed on the bedding material and fabric in such a manner as not to damage the fabric. If, in the opinion of the Engineer, the fabric is damaged or displaced to the extent that it cannot function as intended, the contractor shall remove the rock, regrade the area if necessary, and replace the fabric.

(B) Dumped Riprap:

The rock shall be placed to its specified thickness in one operation and in a manner which will produce a reasonably well graded mass with a minimum amount of voids and with the larger rock evenly distributed throughout the mass.

No method of placing the rock that will cause segregation will be allowed. Hand placing or rearranging of individual rock may be necessary to obtain the specified results.

(C) Wire-Tied Riprap:

After installation of the lower portion of the wire mesh, rock shall be placed in accordance with the requirements of Subsection 913-3.01(B).

After placement of the rock, the upper portion of the wire mesh shall be placed, laced, and tied in accordance with the details shown on the project plans.

(D) Grouted Riprap:

Rock for grouted riprap shall be placed in accordance with the requirements of Subsection 913-3.01(B). The stones shall be thoroughly moistened and any excess of fines shall be sluiced to the underside of the stone blanket before grouting.

The grout may be delivered to the place of final deposit by any means that will ensure uniformity and prevent segregation of the grout. If penetration of grout is not obtained by gravity flow into the interstices, the grout shall be spaded or rodded to completely fill the

Page 170 of 248 Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T voids in the stone blanket. Pressure grouting shall not unseat the stones, and during placing by this method, the grout shall be spaded or rodded into the voids.

Penetration of the grout shall be to the depth specified on the project plans. When a rough surface is specified, stone shall be brushed until from 25 to 50 percent of the depth of the maximum size stone is exposed. For a smooth surface, grout shall fill the interstices to within 1/2 inch of the surface. Grout shall not be placed when the descending air temperature falls below 40 degrees F nor until the ascending air temperature rises above 35 degrees F. Temperatures shall be taken in the shade away from artificial heat.

Curing of the grout shall be in accordance with the requirements of Subsection 912-3.09.

At the option of the contractor, shotcrete conforming to the requirements of Section 912 may be furnished in lieu of grout.

(E) Slope Mattress Riprap:

The mattress bed shall be excavated to the width, line and grade as shown on the plans. The mattress shall be founded on this bed and laid to the lines and dimensions required.

Excavation for toe or cut-off walls shall be made to the neat lines of the wall.

Mattresses shall be fabricated in such a manner that the sides, ends, lid and diaphragms can be assembled at the construction site into rectangular units of the specified sizes. Mattresses are to be of single unit construction, the base, ends and sides either to be woven into a single unit or one edge of these members connected to the base section of the unit in such a manner that strength and flexibility at the point of connection is at least equal to that of the mesh.

All perimeter edges of the mattresses are to be securely selvaged or bound so that the joints formed by tying the selvages have at least the same strength as the body of the mesh.

Mattresses shall be placed to conform with the details shown on the project plans. Stone shall be placed in close contact within the unit so that maximum fill is obtained. The units may be filled by machine with sufficient hand work to accomplish the requirements of this specification.

Broken concrete shall not be used in slope mattresses.

Before the mattress units are filled, the longitudinal and lateral edge surfaces of adjoining units shall be tightly connected by means of wire ties placed every four inches or by a spiral tie having a complete loop every four inches. The lid edges of each unit shall be connected

Page 171 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T in a similar manner to adjacent units. The slope mattress shall be anchored as shown on the project plans. Each anchor stake shall be fastened to the cover mesh with a tie wire.

(F) Gabions:

The gabion bed shall be excavated to the width, line and grade as shown on the plans. The gabions shall be founded on this bed and laid to the lines and dimensions required. Excavation for toe or cut-off walls shall be made to the neat lines of the wall.

Gabions shall be fabricated in such a manner that the sides, ends, lid and diaphragms can be assembled at the construction site into rectangular units of the specified sizes. Gabions are to be of single unit construction, the base, ends and sides either to be woven into a single unit or one edge of these members connected to the base section of the unit in such a manner that strength and flexibility at the point of connection is at least equal to that of the mesh.

Where the length of the gabion exceeds its horizontal width, the gabion is to be equally divided by diaphragms, of the same mesh and diameter as the body of the gabions, into cells whose length does not exceed the horizontal width. The gabion shall be furnished with the necessary diaphragms secured in proper position on the base section in such a manner that no additional tying at this juncture will be necessary.

All perimeter edges of gabions are to be securely selvaged or bound so that the joints formed by tying the selvages have at least the same strength as the body of the mesh.

Gabions shall be placed to conform with the project plan details. Stone shall be placed in close contact in the unit so that maximum fill is obtained. The units may be filled by machine with sufficient hand work to accomplish requirements of this specification.

The exposed face or faces shall be hand-placed using selected stones to prevent bulging of the gabion cell and to improve appearance. Each cell shall be filled in three lifts.

Two connecting tie wires shall be placed as shown on the project plans between each lift in each cell. Care shall be taken to protect the vertical panels and diaphragms from being bent during filling operations.

The last lift of stone in each cell shall be level with the top of the gabion in order to properly close the lid and provide an even surface for the next course.

All gabion units shall be tied together each to its neighbor along all contacting edges in order to form a continuous connecting structure.

Empty gabions stacked on filled gabions shall be laced to the filled gabion at the front, side and back.

Page 172 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(G) Sacked Concrete Riprap:

The sacks shall be filled with concrete, loosely packed so as to leave room for folding or tying at the top. Approximately one cubic foot of concrete shall be placed in each sack. Immediately after filling, the sacks shall be placed according to the details shown on the project plans and lightly trampled to cause them to conform with the earth face and with adjacent sacks in place.

The first two courses shall provide a foundation of double thickness. The first foundation course shall consist of a double row of stretchers laid level and adjacent to each other in a neatly trimmed trench. The trench shall be cut back into the slope a sufficient distance to enable proper subsequent placement of the riprap. The second foundation course shall consist of a row of headers placed directly above the double row of stretchers. The third and remaining courses shall consist of a double row of stretchers and shall be placed in such a manner that joints in succeeding courses are staggered.

All dirt and debris shall be removed from the top of the sacks before the next course is laid thereon. Stretchers shall be placed so that the folded ends will not be adjacent. Headers shall be placed with the folds toward the earth face. Not more than four vertical courses of sacks shall be placed in any tier until initial set has taken place in the first course of any such tier.

When there will not be proper bearing or bond for the concrete because of delays in placing succeeding layers of sacks, a small trench shall be excavated back of the row of sacks already in place, and the trench shall be filled with fresh concrete before the next layer of sacks is laid. The size of the trench and the concrete used for this purpose shall be approved by the Engineer. The Engineer may require header courses at any level to provide additional stability to the riprap.

Sacked concrete riprap shall be cured by being covered with a blanket of wet earth or by being sprinkled with a fine spray of water every two hours during the daytime for a period of four days.

(H) Rail Bank Protection:

Excavation, where required for rock fill, shall be performed in reasonably close conformity to the lines and grades established or shown on the plans.

Rails shall be driven at the locations and to the minimum penetrations shown on the plans. Driving equipment shall be capable of developing sufficient energy to drive the rails to the specified minimum penetration and be approved by the Engineer.

Page 173 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

If hard material is encountered during driving before minimum penetration is reached and it has been demonstrated to the satisfaction of the Engineer that additional attempts at driving would result in damage to the rails, the Engineer may order additional work to be performed, such as jetting or drilling, in order that minimum penetration may be obtained or the Engineer may order the minimum penetration to be reduced as required by the conditions encountered.

Wire fabric shall be securely fastened to the rails, placed in the trenches and laid on the slopes. The rock backfill shall then be carefully placed so as not to displace the wire fabric or rails. The wire fabric shall entirely enclose the rock backfill.

The completed rock fill shall be backfilled as necessary and the waste material disposed of as directed by the Engineer.

913-3.02 Soil-Cement Bank Protection:

Soil-cement bank protection construction shall include excavating, backfilling, and grading the wash bed and banks to the lines, grades and cross sections shown on the project plans or established by the Engineer; furnishing and mixing aggregate, cement, fly ash and water; and spreading, compacting, and curing the mixture.

The contractor shall investigate for ground water as soon as possible. If there is a need for dewatering, the contractor shall provide to the Engineer for review a comprehensive dewatering plan a minimum of two weeks before construction starts. The dewatering plan shall address any water quality requirements of the Corps of Engineers permit and ADEQ certification. Dewatering activities shall not begin until the Engineer has approved the plan.

The dewatering shall comply with all laws and permit requirements.

If changes to the approved dewatering plan are required, the contractor shall submit a revised plan to the Engineer for approval.

For soil-cement bank protection the contractor shall be responsible for quality control as necessary to meet the requirements established herein. The contractor shall monitor the complete mix during construction of soil-cement, including the amounts of cement and fly ash used.

(A) Required Contractor Submittals:

Two weeks prior to the start of the soil-cement bank protection construction, the contractor shall submit in writing to the Engineer for approval, the following items:

(1) The type of compaction equipment to be used.

Page 174 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(2) The number and type of watering equipment to be used.

(3) The method used to keep surfaces continuously moist until subsequent layers of soil-cement are placed. (4) The method used to cure permanently exposed surfaces.

(5) The proposed source of soil-aggregate.

(6) The proposed source(s) of Portland cement and fly ash (if used).

(7) The approximate length of soil-cement bank protection or area of soil-cement to be placed each day prior to starting placement and compaction operations, on a daily basis.

(8) The soil-cement mix design.

Such submittals shall not relieve the contractor of the responsibility for achieving the desired result of constructing sound soil-cement, free from defects, according to the specifications and plans, or as directed by the Engineer. Changes in the source(s) of cement or fly ash will not be permitted without the prior approval of the Engineer.

(B) Preparation of Subgrade:

Before placement of the soil-cement, the area to be treated shall be graded and shaped to the lines and grades as shown on the plans. The subgrade shall be compacted to a minimum of 95 percent of the maximum dry density determined in accordance with Arizona Test Method 225. The subgrade shall be compacted at a moisture content within two percentage points of the optimum moisture content determined in accordance with Arizona Test Method 225. When the embankment material is composed predominantly of rock such that these compaction control procedures will not indicate the density achieved, the Engineer will determine the amount of compaction required and the adequacy of equipment used in obtaining the required compaction. Immediately prior to placement of the soil- cement mixture, the subgrade within the lines and grades of the plans shall be moistened and any soft or yielding subgrade shall be corrected and made stable before construction proceeds in accordance with requirements of Subsection 203-5.03(A). Any additional subgrade reparations required outside of the lines and grades shown on the plans, as determined by the Engineer, shall be repaired by the contractor and paid for by Force Account.

(C) Mixing Plant:

Aggregate and cementitious materials for the soil-cement shall be proportioned and mixed in a central mixing plant. The plant shall be either of the batch-mixing type using revolving blade, rotary drum mixers, or of the continuous mixing type using a stationary twin shaft pug mill mixer, at the option of the contractor. The aggregate, fly ash, and cement shall be

Page 175 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T proportioned by weight. The mixing plant shall be designed, coordinated, and operated to produce a soil-cement mixture of the proportions specified within required tolerances.

If the soil-cement temperatures measured at the mixer are 85 degrees F or less, the placing and compaction shall be completed within 1-1/2 hours of the batch time. If soil-cement temperatures measured at the mixer are greater than 85 degrees F but less than 91 degrees F, placing and compaction shall be completed within 1 hour of the batch time. If soil-cement temperatures are 91 degrees F or greater when measured at the mixer, the contractor shall take immediate steps to lower the batch plant mix temperature to 90 degrees F or below, and follow the above time limits as mix temperature dictates, prior to further placement and compaction of soil-cement materials.

The water shall be proportioned by weight or volume and there shall be means by which the Engineer may readily verify the amount of water utilized per batch or the rate of water flow utilized for continuous mixing.

(1) Measuring Devices:

The mixing plant shall record the quantity of the material, shall have a digital readout, and shall provide an hourly printed record such that the total discharged quantity per hour and the cumulative total quantity are displayed.

Measuring devices shall be calibrated and approved by the Engineer.

Each weight measuring device shall be calibrated to an accuracy of 0.2 percent and shall be inspected and calibrated as often as the Engineer deems necessary to assure their accuracy. Each volume measuring device shall be calibrated to an accuracy of ± 1.5 percent and shall be inspected and calibrated as often as the Engineer deems necessary to assure their accuracy.

(2) Batch Mixing:

The mixer shall be equipped with a sufficient number of paddles of a type and arrangement to produce a uniformly mixed batch. The mixer shall be equipped with a timing device which will indicate, by a definite audible or visual signal, the expiration of the mixing period. The device shall be accurate to within two seconds. The allowable tolerance for weight batching of aggregates and cementitious material shall be 2.0% and 0.5%, respectively, for each batch.

The batch mixing plants shall provide sampling facilities which are satisfactory to the Engineer and which allow representative samples of the soil-aggregate mixture prior to the addition of water and cementitious material to be obtained easily and safely. Samples of the soil-aggregate will be taken at this point to determine conformance to the gradation and plasticity requirements listed in Subsection 913-2.02(B).

Page 176 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(3) Continuous Mixing:

Aggregates shall be drawn from the storage facility by a feeder or feeders which will continuously supply the correct amount of soil-aggregate in proportion to the cementitious material.

A control system shall be provided that will automatically close down the plant when material in any storage facility approaches the strike off capacity of the feed gate. The plant will not be permitted to operate unless this automatic control system is in good working condition. The feeder for the soil-aggregate shall be mechanically or electrically driven.

Continuous mix plants shall provide sampling facilities which are satisfactory to the Engineer and which allow representative samples of the soil-aggregate mixture prior to the addition of water and cementitious material to be obtained easily and safely. Samples of the soil- aggregate will be taken at this point to determine conformance to the gradation and plasticity requirements listed in Subsection 913-2.02(B).

(4) Blending of Cement and Fly Ash:

The blending procedure shall be sufficient to provide a uniform, thorough, and consistent blend of cement and fly ash. The blending method and operation shall be approved by the Engineer prior to the commencement of soil-cement production. During blending of the cementitious materials, the percent of fly ash content shall not vary by more than ± 0.5 percent of the content approved by the Engineer.

Weight measuring devices are required at both the cement and fly ash feeds. At the direction of the Engineer, an additional measuring device may also be required when the cement and fly ash are pre-blended at the site. In the production of the soil-cement mixture, the percent of cementitious material shall not vary by more than ± 0.5 percent of the contents approved by the Engineer.

Silos and feeders shall be equipped and operated so as to provide uniform rates of feed and prevent caking. The charge in the batch mixer or rate of feed to the continuous mixer shall not exceed that which will permit complete mixing of all the mix material. Provisions shall be made to allow for ready sampling of the cementitious materials.

(D) Spreading:

The soil-cement mixture shall be transported from the mixing plant to the construction site in clean hauling equipment vehicles outfitted with suitable covers to protect the mixture in unfavorable weather. Spreading shall be accomplished by the use of approved scrapers, bulldozers, or motor graders. The layers of soil-cement shall not exceed 12 inches after

Page 177 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T compaction, or be less than four inches thick after compaction, unless the contractor can demonstrate the ability to place thicker layers with the equipment being utilized in the control strip. If potholing is performed to allow testing of each lift, the recompacted material used to repair the pothole shall also be tested and meet the requirements of this specification. Each successive layer shall be placed as soon as practicable after the preceding layer is completed, and approved by the Engineer. The maximum depth of compacted soil-cement that shall be placed per day is four feet, unless approved by the Engineer.

Prior to spreading new material on a previously compacted lift which has cured for more than 1-1/2 hours, or if the surface has dried due to temperature and/or wind effects, scarification of the lift shall be performed parallel with the direction of placement using equipment approved by the Engineer. The scarification shall be performed to a depth of at least two inches, spaced between 18 and 24 inches. The Engineer may waive requirements for scarification if compaction is performed by means which provide an appropriate surface for bonding with the subsequent layer. All construction equipment, including water spray trucks, shall be restricted from entering scarified surface areas during the interim between spreading and compaction operations.

If the surface cannot be scarified, the surface shall have a cement grout slurry applied to ensure a proper bonding between lifts. The cement slurry shall have a water/cement ratio between 0.70 and 0.80 and be approved for use by the Engineer prior to placement of any additional soil-cement mixture.

All soil-cement surfaces that will be in contact with succeeding layers of soil-cement shall be kept continuously moist by fog spraying until placement of the subsequent layer, provided that the contractor will not be required to keep such surfaces continuously moist for a period longer than seven days. Mixing and placing shall not proceed when the soil-aggregate or the area on which the soil-cement is to be placed is frozen. Soil-cement shall be mixed and placed when the air is at least 40 degrees F and rising.

(E) Monitoring Moisture Content in the Field:

Control of water content by the contractor in the field shall be accomplished in two ways:

(1) The moisture-density relationship for the soil-cement mixture shall be determined in accordance with Arizona Test Method 221 on a routine basis, or when any significant gradation shift or rock content change occurs.

(2) The actual moisture content of the mixture at the time of compaction, or shortly thereafter, shall be determined in accordance with Arizona Test Method 235 to determine if the optimum moisture content as determined by Arizona Test Method 221 is being maintained. The water content in the soil-cement mixture is to be continuously monitored, and the mixing water shall be adjusted at the

Page 178 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

plant as necessary to achieve the compressive strength and compaction requirements specified herein.

(F) Quality Control Compaction Testing:

Soil-cement shall be uniformly compacted to a minimum of 98 percent of the maximum dry density determined in accordance with Arizona Test Method 221. A running average of five consecutive in place density tests shall not be less than 100 percent of maximum density as monitored by nuclear density tests in accordance with Arizona Test Method 235. Compaction shall be performed within two percentage points of the optimum moisture content as determined in accordance with Arizona Test Method 221. Quality control density and moisture tests shall be performed in accordance with Arizona Test Method 235 at a minimum frequency as specified in the following table:

Quality Control Minimum Requirements for Compaction Moisture/Density 1 test / 500 sy/lift

(G) Control Strips:

A control strip shall be constructed at the beginning of work on the soil-cement to be compacted. The control strip construction shall be required to establish equipment and procedures required to attain densities for the specified course.

Each control strip, constructed to acceptable density and surface tolerances shall remain in place and become a section of the completed embankment. Unacceptable control strips shall be corrected or removed and replaced at the contractor's expense. A control strip shall have an area of approximately 100 square yards and shall be of the same depth specified for the construction of the course which it represents.

The materials used in the construction of the control strip shall conform to the specification requirements. They shall be furnished from the same source and shall be of the same type used in the remainder of the course represented by the control strip. The underlying surface upon which a control strip is to be constructed shall have prior approval of the Engineer.

The equipment used in the construction of the control strip shall be approved by the Engineer and shall be of the same type and weight to be used on the remainder of the course represented by the control strip.

Compaction of control strips shall commence immediately after the course has been placed to the specified thickness, and shall be continuous and uniform over the entire surface. Compaction of the control strip shall be continued until no discernable increase in density can be obtained by additional compaction effort.

Page 179 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Upon completion of the compaction, the mean density of the control strip will be determined by averaging the results of ten nuclear density tests taken at randomly selected sites within the control strip.

If the mean density of the control strip is less than 100 percent of the density of laboratory compacted specimens as determined by testing procedures appropriate for the material being placed, the Engineer may order the construction of another control strip.

A new control strip may also be ordered by the Engineer or requested by the contractor when:

(1) A change in the material or mix design is made.

(2) A control strip density is not representative of the material being placed.

(H) Power Tampers and Small Vibratory Rollers:

Small vibratory rollers which are capable of operating within six inches of a vertical face shall be used for compaction adjacent to the guide banks, next to the utilities and drainage conduit; at transitions to constructed levee protection, and at other areas where larger vibratory rollers cannot maneuver. The amount of rolling and tamping required shall be whatever is necessary for the particular equipment to provide the same degree of compaction as would be attained with larger self-propelled vibratory rollers. Standby replacement equipment shall be available within 1 hour if needed.

(I) Finishing/Trimming:

After compaction, the soil-cement shall be further shaped, if necessary, to the required lines, grades, and cross-sections and rolled to a reasonably smooth surface. Shaping of the face of the soil-cement bank protection shall be conducted daily at the completion of each day’s production.

The exposed face of the soil-cement bank protection shall be trimmed to a neat line as shown on the plans. The resulting soil-cement bank protection width shall not be less than 8 feet after trimming unless specified on the plans.

(J) Curing:

Whenever the atmospheric temperatures are expected to drop below 30 degrees F, the soil- cement shall be protected from freezing for seven days, after its construction by a covering of straw, earth, or other suitable material approved by the Engineer.

Temporarily exposed surfaces shall be kept moist as previously set forth. Care must be exercised to ensure that no curing material other than water is applied to the soil-cement surface that will be in contact with succeeding layers.

Page 180 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Permanently exposed surfaces shall be kept in a moist condition for seven days, or they may be covered with bituminous curing material, subject to the Engineer's approval. Any damage to the protective covering within seven days shall be repaired to the satisfaction of the Engineer at no additional cost to the Department.

Regardless of the curing material used, the permanently exposed surfaces shall be kept moist until the protective cover is applied. Such protective cover is to be applied as soon as practicable, with a maximum time limit of 24 hours between the finishing of the surface and the application of the protective cover or membrane.

(K) Backfill:

Backfill shall not be placed against the soil-cement until it has achieved its full design strength. After full design strength is achieved, special care shall be taken when placing backfill against the soil-cement to prevent damage.

(L) Maintenance:

The contractor shall maintain and protect the soil-cement in good condition until all work is completed and accepted. Maintenance shall include immediate repairs of any defects that may occur. This work shall be done at no cost to the Deparment and repeated as often as necessary. Faulty work shall be replaced for the full depth of the layer. The contractor shall take all necessary precautions to avoid damage to the completed soil-cement by equipment, and to avoid the deposition of raw earth or foreign materials between layers of soil- cement. Where ramps are constructed over soil-cement which are not to grade, all foreign materials and the uppermost one inch of the previously placed soil-cement mixture must be removed prior to continuation of the soil-cement construction.

(M) Construction Joints:

Construction joints are to be provided at the end of each day's work or when work is to be halted for 90 minutes or more. The joints shall be trimmed to a 15 degree minimum skew, transverse construction joint shall be formed by cutting back into the completed work to form a vertical face to the full depth of the previous lift. Before resuming placement of new material, the joints shall be roughened and loose material shall be removed by power broom.

(N) Acceptance of Soil-Cement:

The Engineer will cast, transport, cure, and test specimens in accordance with Arizona Test Method 241 for each 1,500 cubic yards of soil cement placed. Three cylinders will be tested at seven days. The average compressive strength of the three cylinders shall achieve a minimum compressive strength of 750 psi.

Page 181 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Any early strength testing for the purpose of correlating seven day strength results to provide an early indicator of potentially low strength material shall be the responsibility of the contractor. 913-4 Method of Measurement:

Riprap, except gabions and sacked concrete, will be measured by the cubic yard of protection constructed by computing the surface area measured parallel to the protection surface and the total thickness of the riprap measured normal to the protection surface.

Riprap (gabions) will be measured by the cubic yard by computing the volume of the rock-filled wire baskets used.

Riprap (sacked concrete) will be measured by the cubic yard of concrete placed in the completed work. The measurement will be based on mixer volumes.

Rail bank protection will be measured by the linear foot. Measurement will be made from top of rail to top of rail (longest rail where rails of two or more lengths are used) and the distance measured will be from end rail to end rail.

Where two parallel rows of vertical rails are used, the measurement for payment will be the average of the distance along the two rows. Rail bank protection will be measured along the bank protection control line from end rail to end rail.

Soil-cement will be measured per cubic yard of soil-cement furnished and placed per the specified lines, grades, and cross-sections shown on the plans.

913-5 Basis of Payment:

The accepted quantities of riprap and rail bank protection, measured as provided above, will be paid for at the contract unit price per cubic yard or linear foot, which price shall be full compensation for the work, complete in place, including excavation; preparing the ground area; furnishing and installing the rock, filter fabric, bedding material, metal items, concrete, sacks and grout; and backfilling as required.

Materials, labor and equipment necessary to perform additional work such as jetting or drilling, as specified under Subsection 913-3.09, will be paid for in accordance with the provisions of Subsection 109.04.

The accepted quantities of soil-cement, measured as provided above, will be paid for at the contract unit price per cubic yard of soil-cement bank protection. Such payment shall constitute full reimbursement for all work necessary to complete the soil-cement bank protection including:

(1) Surface Preparation (2) Providing and Stockpiling Soil-Aggregate

Page 182 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(3) Cementitious Material, Watering, Mixing (4) Placing (5) Compacting (6) Shaping and Finishing (7) Curing (8) Quality Control Testing (9) Other Incidental Operations

Any waste and non-compacted soil-cement material not used on the final soil-cement bank protection will not be measured for payment.

Excavation and backfill associated with the soil-cement construction will be measured and paid under bid item 2030501 Structural Excavation and 2030506 Structure Backfill respectively.

Construction of Gabion Mattress associated with the soil-cement work will be measured and paid under bid Item 9130035 Riprap (Gabion Mattress)

Payment for additional excavation, where determined by the Engineer to remove unsuitable material, per the requirements of Subsection 203-5.03(A) of the Standard Specifications, will be made in accordance with the provisions of Subsection 109.04 of the Standard Specifications.

Payment for Dewatering will be made on a Force Account basis in accordance with the requirements of Subsection 109.04 of the specifications.

(923OJTNGL, 12/09/19)

ITEM 9230004 ON-THE-JOB TRAINING WITHOUT GOALS

923-1 Description:

The contractor may provide On-The-Job training (OJT) aimed at moving minorities, women, and disadvantaged trainees into journeymen in various types of construction trades or job classifications in accordance with 23 CFR Part 230, Part 230.111 and Part 230, Appendix B.

It is the intention of these Special Provisions that training be provided in the construction classifications/crafts rather than for office support positions. Some off-site training is permissible as long as the training is an integral part of an approved training program and does not comprise of a significant part of the overall training.

923-1.01 General:

Page 183 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Training and upgrading of minorities and women toward journeyman status is the primary objective of these Special Provisions. Accordingly, the contractor shall make every effort to enroll minority, women, and disadvantaged trainees (e.g., by conducting systematic and direct recruitment through public and private sources likely to yield minority and women trainees) to the extent that such persons are available within a reasonable area of recruitment. The contractor will be responsible for demonstrating the steps that it has taken in pursuance thereof, prior to a determination as to whether the contractor is in compliance with these Special Provisions. This training commitment is not intended, and shall not be used, to discriminate against any applicant for training, whether a member of a minority group or not.

Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. Trainees shall be distributed among the work classifications on the basis of the contractor's needs and the availability of journeymen in the various classifications within a reasonable area of recruitment. The ratio of apprentices and OJT Trainees to journeymen shall not be greater than permitted by the terms of the approved training program being utilized.

No employee shall be employed as a trainee in a classification in which they have successfully completed a training course leading to journeyman status, or in which they have been employed as a journeyman. The contractor shall satisfy this requirement by including appropriate questions in the employment application or by other suitable means. The contractor shall maintain documentation that shows the employee’s work and training history.

923-1.02 Definitions:

Banking-Carryover Hours:

OJT hours completed by a trainee are eligible to be credited to a future project. Banked- Carryover hours will only be credited when the same trainee that completed the excess hours is used on the future project.

Business Engagement and Compliance Office (BECO):

BECO is responsible for oversight of the OJT program, which targets under-represented segments of the U.S. workforce, including minorities, women and disadvantaged individuals. BECO assesses OJT hour goals on contracts and monitors them to ensure that trainees receive the required number of training hours.

Classification/Craft

Type of occupational category, trade, or job being done by a trainee on a federal-aid funded highway construction project.

Page 184 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Disadvantaged Persons:

A person who meets one of the following:

(1) Receives, or is a member of a family and/or household, which receives cash payments under a Federal, State, or local income-based public assistance program;

(2) Is a member of a family and/or household that receives (or has been determined within the 6-month period prior to registration for the program involved to be eligible to receive) Food Stamps/EBT card under the Food Stamp Act of 1977;

(3) Is a foster child on behalf of whom State or local government payments are made;

(4) Does not have a high school diploma or GED; or

(5) Is from a family whose total annual household income is below the federal poverty limits.

Journeyman:

A person who is capable of performing all the duties within a given job classification or craft.

OJT Trainee:

A person who is:

(1) A minority, woman, or disadvantaged individual enrolled in an approved training program; or

(2) Any other individual enrolled in an approved training program, whose training hours are, approved by the Department, and can be credited as OJT hours.

923-1.03 OJT Training Programs:

The minimum length and type of training for each classification will be established in the training program selected by the contractor and approved by the Department and FHWA. The Department and FHWA will approve a program if it is reasonably calculated to meet equal employment opportunity obligations and qualifies the average trainee for journeyman status in the classification concerned by the end of the training period as defined in the training program.

The Department recognizes the following OJT Training programs:

(A) OJT Programs approved by FHWA or the Department of Labor (DOL) prior to the start of the trainee commencing work.

Page 185 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(B) Registered union or other approved apprenticeship programs registered with the Bureau of Apprenticeship, U.S. DOL, Employment and Training Administration, Bureau of Apprenticeship and Training or the Arizona Apprenticeship Office, Arizona Department of Economic Security programs recognized by the Bureau.

Approval of a training program other than those specified above to be used for the contract must be approved by the Department or FHWA prior to the trainee commencing work on the classification covered by the program. Contractors intending to submit a training program for approval prior to the start of a contract must submit the program as soon as possible after notification of contract award as approval of a training program may take up to four weeks. Several FHWA approved training program templates for specified classifications are available on the BECO website.

The contractor shall furnish each trainee with a copy of the Training Program the trainee is enrolled in, and other documentation related to the training program. The contractor shall provide training that develops the skills outlined in the training program. Multiple OJT training programs can be used on the project.

All training programs shall be administered in a manner consistent with the equal employment obligations of federal-aid highway construction contracts. The Department reserves the right to request documentation that the contractor’s training program fulfills these obligations.

The trainee will be paid the appropriate trainee Davis-Bacon wage rates for training classifications/crafts on federally-funded projects. The contractor shall compensate trainees not less than the rate outlined in the approved training program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination.

The contractor shall provide for the maintenance of records and furnish/submit required information and reports documenting its performance under these Special Provisions. Such records shall be available at reasonable times and places for inspection or review by the Department and FHWA.

923-1.04 OJT Liaison:

The contractor shall designate an OJT Liaison who shall be responsible for monitoring and administering the contractor’s OJT Program and monitoring the trainees’ progress. The OJT Liaison may have other responsibilities for the contractor. The OJT Liaison shall serve as the point of contact for the Department regarding information, documentation, and conflict resolution relating to the contractor’s OJT program.

923-2 Online Resources:

Page 186 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

OJT System Website: https://adot.dbesystem.com

BECO Website: https://azdot.gov/business/business-engagement-and-compliance

923-3 Requirements:

923-3.01 Documentation:

Documentation related to OJT training can be found on the Department’s BECO website. The contractor shall complete and submit the following information to the Department:

(A) OJT Enrollment and Progression:

(1) OJT Enrollment:

OJT Enrollment information shall be submitted through the Department’s online OJT System by the contractor at least 5 business days prior to a trainee’s start date. OJT Enrollment information shall be completed and includes the trainee’s name and address, employment status, gender and ethnicity, training program (s), and classification/craft.

BECO will review the OJT Enrollment information within 5 business days, and if approved, hours will be retroactively credited to the date the OJT Enrollment information is received by BECO.

To receive OJT credit, apprentice’s current apprentice certificate or proof of registration from a union or approved apprenticeship program shall be uploaded into LCPtracker by the contractor within 5 business days of the apprentice’s start date, in addition to completing the OJT enrollment information in the online OJT System.

If the Arizona Apprenticeship Office Representative’s signature is missing from the apprentice certificate, the contractor shall also upload the apprentice’s US Department of Labor, Office of Apprenticeship Certificate to LCPtracker. The contractor shall not receive training credit or reimbursement until the certificate is uploaded.

Progression of Training and Change of Status:

Progression of Training-Level Up and Change of Status shall be submitted through the Department’s online OJT System each time a trainee advances, progresses to another training level or milestone in his/her training program, or has a change of job classification. Hours will be retroactively credited to the date the information is received.

Page 187 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Hours that exceed the maximum indicated in the program for a certain level will not be credited. Once a level is completed, the trainee should be moved to the next level towards journeymen status.

923-3.02 Training Program Completion:

Once the trainee completes the required number of levels and hours of training for the same classification or craft, or completes an approved training program, the trainee is considered to have completed the training program it is enrolled under. The contractor shall not receive OJT credit for hours exceeding the maximum number of training hours required for completion of the selected training program.

Once a trainee completes a specific training level for a classification or craft, the contractor shall not be permitted to submit that trainee for enrollment or reimbursement at that same level within the same classification or craft, however the same trainee can be enrolled in a different classification or craft.

The contractor shall provide documentation showing the type and length of training satisfactorily completed to each trainee and the Department upon successful completion of a training program.

For an apprenticeship program, the Apprenticeship office will issue a certificate of completion in said craft, a DOL certificate, and a journeyman’s card.

923-3.03 Banking-Carryover Hours:

At the completion of the project, the contractor may submit a Banking-Carryover Hours request in the Department’s online OJT System, to carryover training hours for a specific trainee on the project to be used on a future project. Banked hours that are carried over to a project may lower the required number of training hours the contractor is required to complete on that project. The trainee shall be placed on a subsequent project with the intent that the trainee is progressing towards completion of a training program. Banked hours cannot be transferred to other trainees. No additional payment will be paid for banked hours carried over to other projects.

923-3.04 OJT Project Completion and Banked Hours Request:

OJT Completion and Banked Hours documentation shall be submitted within 60 business days of completion of training. Any hours to be banked shall be shown on the documentation.

923-4 Method of Measurement:

OJT training hours will be measured by the hour to the nearest half hour.

Page 188 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Measurement of hours will be made as the OJT trainee completes hours on the project. Hours are considered complete if the trainee performs hours on the project, is OJT enrolled, and provides required training by the program.

No measurement for payment will be made for trainee hours in which OJT enrollment information has not been received and approved by the Department.

923-5 Basis of Payment:

The accepted quantities of hours, measured as provided above, will be paid for at a unit price of $3 per hour for training provided to trainee/apprentice in accordance with an approved training program.

Payment for offsite training may only be made when the contractor does one or more of the following and the trainees are concurrently employed on a federal-aid project;

(A) Contributes to the cost of the training,

(B) Provides the instruction to the trainee

(C) Pays the trainee's wages during the offsite training period.

923-6 Monitoring:

(A) Monthly Reporting

Contractors shall report monthly hours for each trainee in the online OJT System by the 15th of the month following the month of training hours completed.

(B) Site Visits:

The Department may conduct periodic monitoring site visits to the worksite to review OJT Program compliance, during working hours on the project. The Department will notify the OJT liaison at least 24 hours prior to a site visit if the OJT Liaison is required to be at the site visit. The site reviews may include, among other activities, interview of trainees, the contractor, and its employees. The contractor shall cooperate in the review and make its employees available. The contractor’s OJT Liaison shall be reasonably available to meet with Department staff as well as be available to respond to periodic emails and phone calls from the Department to check on the progress of OJT Trainees. The Department will make efforts to ensure minimal disruption to the work and coordinate site visit times with other Department divisions, as applicable (for example, Davis-Bacon interviews).

Page 189 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

ITEM 9240014 FORCE ACCOUNT WORK (BRIDGE SUBSTRUCTURE REPAIR)

Description:

The work under this item shall consist of furnishing all equipment, materials and labor for removing existing riprap at the pier locations and repairing damaged portions of the concrete pier wall and steel piles, prior to the placement of the scour protection floor.

Construction Requirements:

In the presence of the Engineer, the contractor shall identify, remove, and dispose of any riprap or extraneous material at the existing pier locations to expose the concrete pier wall and steel piles, to the existing channel bottom. An inspection of the condition of these elements shall be performed by the Engineer to determine if repairs are required. If repair work is identified, the work shall be directed by the Engineer.

Measurement and Payment:

Measurement and Payment for the FORCE ACCOUNT WORK (BRIDGE SUBSTRUCTURE REPAIR), as directed by the Engineer, will be made on Force Account basis in accordance with the requirements of Subsection 109.04(D) of the Specifications.

ITEM 9240015 - FORCE ACCOUNT WORK (DEWATERING):

Description:

The work under this item consists of dewatering the Water Canyon Creek during box culvert extension construction as directed by the Engineer.

The contractor shall investigate for stream flow and ground water as soon as possible. If there is a need for dewatering, the contractor shall provide to the Engineer for review a comprehensive dewatering plan a minimum of two weeks before box culvert extension and sewer relocation construction starts. The dewatering plan shall address any water quality requirements of the U.S. Army Corps of Engineers Section 404 Regional General Permit No. 96 and Arizona Department of Environmental Quality Clean Water Act Section 401 Water Quality Certification in Appendix A of this Special Provisions. The dewatering plan shall also provide, at a minimum, one alternative dewatering approach to be used if the preferred approach is unsuccessful. Box culvert extension and dewatering activities shall not begin until the Engineer has approved the plan.

Page 190 of 248 Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The dewatering shall comply with all laws and permit requirements.

If changes to the approved dewatering plan are required, the contractor shall submit a revised plan to the Engineer for approval. Measurement and Payment:

Payment for FORCE ACCOUNT WORK (DEWATERING) will be made on a Force Account basis in accordance with the requirements of Subsection 109.04(D) of the Specifications.

ITEM 9240050 MISCELLANEOUS WORK (DIVERSION CHANNEL):

Description:

The work under this item shall consist of furnishing all equipment, materials and labor for construction of the Temporary Diversion Channels, as shown on Drawing Number D-2.03. The diversion channels are used to provide work zones inside the Little Colorado River in preparation for other work. This task includes all tasks required to complete the diversion channel for each phase of work, including ground preparation, earthwork, materials, labor, and temporary dewatering.

Construction Requirements:

The general layout of the diversion channel is shown on Drawing Number D-2.03. The channel shall be built to accommodate existing flows of the Little Colorado River during the time of construction and shall at a minimum comply with the details provided.

Prior to construction of the diversion channel, the Contractor shall submit a Diversion Channel Plan to ADOT for review and approval. The plan shall include the following information for review:

1. Site plan and general geometry 2. Method of installation for berms or other control structures 3. Approach to maintenance of berms or other control structures 4. Removal and disposal plan 5. Emergency response plan for berm or control structure failure

Alternate methods or systems for the diversion channel than those shown on Drawing Number D-2.03 may be submitted to ADOT for review and approval under this approval process. Alternate systems shall show successful use on at least two other projects. The plan shall address any water quality requirements of the U.S Army Corps of Engineers Section 404 Regional General Permit No. 96 and Arizona Department of Environmental Quality Clean Water Act Section 401 Water Quality Certification in Appendix A of this

Page 191 of 248 Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Special Provisions. Diversion channel work shall not begin until the Engineer has approved the plan. Additional dewatering of the work zone due to seepage through or below the berms or other control structures shall be provided at no additional cost to the Department. The dewatering shall comply with all laws and permit requirements.

Method of Measurement:

Miscellaneous Work (Diversion Channel) will be measured on a lump sum basis.

Basis of Payment:

Payment for Miscellaneous Work (Diversion Channel) will be made at the contract lump sum price.

The price shall include all materials and labor required to install, maintain, and remove the diversion channel, provide additional dewatering from seepage through the berm or other control structures, minor adjustments to the channel due to normal river flow or a storm event, repairs and modifications to the diversion channel as directed by the Engineer, and removal and disposal of all excess materials.

ITEM 9240181 - MISCELLANEOUS WORK (CONTROL OF NOXIOUS PLANTS) (MANUAL / MECHANICAL METHODS): ITEM 9240182 - MISCELLANEOUS WORK (CONTROL OF NOXIOUS PLANTS) (HERBICIDE):

Description:

The work under these items shall consist of surveying, as well as controlling noxious and invasive plant species manually / mechanically or with the application of herbicides, in the areas designated by the Engineer, and throughout the duration of the contract, as required in a Noxious Species Control Plan (NSCP) prepared by the contractor as specified herein. When noxious or invasive plant species are determined to be present within the project limits or all anticipated construction zones, the control procedures in the NSCP shall be implemented with the approved weed management measures achieved prior to earth moving activities of infested areas. The weed control procedures in the NSCP shall also be implemented during all stages of construction and in advance of seeding. Control of Noxious Plants through herbicide methods shall be accomplished between seven (7) and fourteen (14) calendar days prior to Clearing and Grubbing, as well as roadway / drainage excavations. Control of Noxious Plants through manual / mechanical methods shall be accomplished within seven (7) calendar days prior to Clearing and Grubbing, as well as roadway / drainage excavations. Repeated treatments shall resume after Clearing and Grubbing when noxious/invasive plants occur during construction. In addition, all construction related equipment, materials, and personnel moving in and/or out of project site

Page 192 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T shall be inspected and treated for noxious and invasive plant species (seeds, seed heads / pods) at no additional cost to the Department.

For projects that include Landscape Establishment, as specified in Section 807 of the Standard Specifications and these Special Provisions, control of noxious and invasive plant species will also be required throughout the Landscape Establishment phase, and shall be included in the contractor’s NSCP.

The contractor shall conduct repeated applications for Control of Noxious Plants throughout the entire contract time including the Landscape Establishment phase when noxious/invasive plants occur. Successive treatments along with multiple mobilizations for Control of Noxious Plants shall be conducted in accordance with invasive weeds’ growing seasons at no additional cost to the Department.

The control of plant species not on the State or Federal Noxious or Invasive lists – especially Forest Service Regional/BLM lists noted below will be paid only when control is directed by the Engineer based on the original or amended NSCP approved by the ADOT construction Professional Landscape Architect (PLA) licensed in the State of Arizona.

The areas to be designated by the Engineer for Control of Noxious Plants shall be coordinated with ADOT construction PLA.

Materials:

General

The contractor shall follow / obey all applicable herbicide label requirements. The herbicides to be used and the methods of application shall conform to U. S. Environmental Protection Agency (EPA), Arizona Department of Agriculture, and/or Arizona Department of Environmental Quality (ADEQ) requirements, and the product’s label instructions, as approved by the Engineer. If herbicides are to be applied to potential or delineated Waters of the US as defined under Section 404 of the Clean Water Act, the contractor shall file a Notice of Intent (NOI) and Notice of Termination (NOT) to EPA and/or ADEQ for compliance with the National Pollutant Discharge Elimination System (NPDES) and/or Arizona Pollutant Discharge Elimination System (AZPDES) Pesticide General Permit. Additionally, herbicide use shall adhere to U.S. Fish and Wildlife Service (FWS) recommended protection measures for pesticide applications (White 2007) consistent with the FWS web link: https://www.fws.gov/southwest/es/arizona/documents/ecreports/rpmpa_2007.pdf

All materials to be used shall be listed and protocol information provided in the Noxious Species Control Plan, as specified below. The contractor shall provide the herbicides container with the original chemical label for inspection and confirmation of the chemicals used. All containers shall be disposed of as recommended by the manufacturer.

Page 193 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Herbicides proposed in the plan for use on projects within transportation easements on BLM and/or USFS Lands shall be in conformance with the following current environmental documents including: “Environmental Assessment for ADOT Herbicide Treatment Program on Bureau of Land Management Lands in Arizona”, which is available at https://eplanning.blm.gov/epl-front- office/eplanning/projectSummary.do?methodName=renderDefaultProjectSummary&p rojectId=34810 or the “Environmental Assessment for Management of Noxious Weeds and Hazardous Vegetation on Public Roads on National Forest System Lands in Arizona” which is available at: http://www.fs.usda.gov/main/r3/landmanagement/projects . The Environmental Documents include a list of approved Herbicides, Mitigations and Best Management Practices (BMPs), which shall be included, as appropriate, by the contractor in the submitted NSCP.

Web links to environmental documents for noxious weeds and invasive plant species treatment for the six (6) National Forests within Arizona:

1. Final EIS (Environmental Impact Statement) and Record of Decision for Noxious Weed Treatment on the Coconino, Kaibab, and Prescott National Forests: http://www.fs.usda.gov/project/?project=30

2. Coronado National Forest EA (Environmental Assessment) for Noxious Weed Treatments: http://www.fs.usda.gov/detail/coronado/landmanagement/resourcemanagement/?cid =stelprdb5123160

3. Apache-Sitgreaves National Forest EIS for Noxious Weed Treatments: http://data.ecosystem- management.org/nepaweb/nepa_project_exp.php?project=4967

4. Tonto National Forest EA for Treatment of Noxious Weeds: http://data.ecosystem- management.org/nepaweb/nepa_project_exp.php?project=4454 ; Additional information on invasive species requirements for the Tonto National Forest is available at: http://www.fs.usda.gov/detail/tonto/landmanagement/resourcemanagement/?cid=fsb dev3_018789 .

Furthermore, the USDA Southwestern Region Weed Field Guides web link is accessible below: https://www.fs.usda.gov/detail/r3/forest- grasslandhealth/invasivespecies/?cid=stelprd3813522

The USDA New Invaders of the Southwest is attainable within the web link below:

Page 194 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T https://www.fs.fed.us/foresthealth/technology/pdfs/FHTET-2014- 13_SW_New_Invaders.pdf

The USDA Field Guide for Managing Buffelgrass in the Southwest is obtainable through the web link below: https://www.fs.usda.gov/Internet/FSE_DOCUMENTS/fseprd563017.pdf All materials used shall be in accordance with the approved NSCP and Pesticide Use Proposal (PUP).

Construction Requirements:

The contractor shall develop a NSCP for state and federal listed noxious and invasive plant species, and other undesirable plant species shown on the list posted on the Roadside Development web site ( https://azdot.gov/node/5372 ) for approval by ADOT construction PLA. Four (4) copies of the proposed NSCP in standard three (3) ring binders shall be submitted to the Engineer within seven (7) calendar days after the Execution of Contract. ADOT construction PLA shall review and respond to the proposed NSCP within 30 calendar days upon receiving the submittal. If requested, additional copies may be submitted for review and comments by Native American Community designated representative as approved by the Engineer. Native American Community designated representative shall also review and comment the proposed NSCP within 30 calendar days upon receiving the submittal. The contractor proposed NSCP shall include as minimum the following information applicable to the project area, location and conditions listed below:

(1) A list of Noxious and Invasive Species and other Roadside Development approved plant species that would be anticipated for control based on existing vegetation and the project biotic communities. The weed species shall include but not be limited to the TABLE – I listed below:

TABLE - I Scientific Name Common Name

Carduus nutans Musk Thistle / Nodding Plumeless Thistle (syn. Carduus macrocephalus) Euphorbia esula Leafy Spurge / Green Spurge / Wolf's Milk

(2) The methods of control of noxious and invasive plant species shall be determined based on the species present within the project limits prior to earth moving activities as well as subsequent project construction phases before seeding. Pre-emergent herbicide shall NOT be applied for all project seeding areas. The contractor shall provide information / resolutions on how the application of herbicides will NOT harm the expected seed germination and establishment as specified in the Section 805 of these Special Provisions.

Page 195 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(3) The proposed method(s) of control, either manual / mechanical control or herbicide application, to be used for each anticipated plant species at each of stage of plant development.

(4) The herbicides, method and frequency of application, and rates to be used for each listed plant species. (5) Copies of herbicide and surfactant labels and Safety Data Sheet (SDS) for all chemicals proposed for use.

(6) Procedure for collection, removal, containment and disposal of noxious and invasive plants. All components of noxious and invasive plants such as roots, stems, leaves, flowers, seeds, seed heads, or seed pods shall be subject to collection, removal, containment and disposal at no additional cost to the Department.

(7) Methods and procedures to be followed to protect existing, transplanted, and new emerging vegetation in seeded areas.

(8) Responsible Applicator and required Arizona Department of Agriculture Pest Management Division Licensing information, as specified in Section 806.

(9) Record procedures to be followed to document control work completed.

(10) Record procedures to be followed for reporting all chemicals used annually within transportation easements on BLM or USFS Lands within two (2) months or September 30th of each calendar year (whichever is sooner) to the ADOT construction PLA.

(11) Projects on transportation easements on BLM or USFS Lands shall include a completed Pesticide Use Proposal (PUP) form for all proposed herbicide uses prepared for submittal to the appropriate BLM Field Office or National Forest for approval. An example of a completed PUP for the project area will be provided to the contractor for use in preparing their PUP upon request to the ADOT construction PLA.

(12) Projects on transportation easements within Navajo Nation Lands shall include a completed PUP form for all proposed herbicide uses prepared for submittal to the appropriate representative of Navajo EPA for approval. An example of a completed PUP for the project area will be provided to the contractor for use in preparing their PUP upon request to the ADOT construction PLA.

(13) When applicable, other information and explanations required in the PUP or to implement the NSCP.

(14) Process to be used for amending the NSCP to add additional plants or treatments that may be required as the project progresses.

Page 196 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(15) A copy of the original Special Provisions for Control of Noxious Plants that the contractor bid shall be attached to the NSCP.

(16) Plans and methods to protect Threatened and Endangered Species in accordance with the Environmental Document.

(17) Plans and methods for controlling of noxious/invasive plants in riparian and aquatic areas:

I – Prevention of herbicide drifted by wind onto non-target native plants or nearby wetlands/watercourses by using low pressure systems and coarse-spray nozzles.

II – Safe and effective use of herbicide chemicals labeled for the vicinity of wetlands/watercourses in prevention of water quality pollution and/or habitat contamination, which shall include but not be limited to Aquatic Safe Herbicide Treatment.

The NSCP submitted to the Engineer shall not be implemented until it is approved by ADOT construction PLA and the contractor is so directed by the Engineer.

The contractor shall keep a copy of the approved NSCP and furnish to the Engineer a copy of the approved NSCP for record keeping. The NSCP copy of the contractor and Engineer shall be maintained up-to-date with the contractor providing submittals of completed work activities within five (5) working days following completion of the work for each area directed by the Engineer for control. The NSCP shall be maintained up-to-date with submittals of the above completed NSCP information for the duration of the project.

The Engineer in consultation with construction PLA will designate the location of the areas to be treated, and when required the frequency of treatment as per the NSCP. Payment will be made for the initial treatment of each area, whether with manual / mechanical methods or using herbicides, and for each subsequent treatment ordered and approved by the Engineer.

Within 200 feet of the Ordinary High Water Mark (OHWM) of the Little Colorado River, herbicide applications shall be either liquid streams or relatively course sprays to minimize spray drift and to maximize droplet size. Furthermore, herbicide applications shall be done with the non-mechanized equipment, which shall include but not be limited to hand-wand backpack equipment.

If glyphosate (aquatic) and/or imazapyr (aquatic) are applied, the contractor shall establish a buffer zone of 30 feet between the area of application and the Little Colorado River for herbicide spot treatments, 350 feet for herbicide applications with mechanized ground application equipment. Such measure is applicable to one (1) mile upstream in any contributing channel, tributary, or spring run, and 300 feet downstream of any known and/or identified habitat.

Page 197 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The contractor shall begin control of the designated areas within five (5) working days of the Engineer’s notice and complete the treatment within ten (10) working days of the notice approved by the Engineer.

If other plant species listed in the Arizona Noxious Weed List, the Forest Service Regional/BLM lists, or the ADOT Invasive and Noxious Plant Species Lists (available electronically at the following Roadside Development web address: https://apps.azdot.gov/files/roadway-engineering/roadside-dev/adot-invasive- noxious-plant-species-list-for-construction-projects.pdf ) occur within the project area that are not included in the NSCP, the contractor shall modify the Noxious Species Control Plan to add such species, including acceptable control measures and where applicable a PUP, and submit this information as an amendment of the NSCP to the Engineer and ADOT construction PLA for acceptance. No herbicide Control of Noxious Plants work shall be commenced on Federal lands until the PUP has been entirely completed and approved.

The project areas will be surveyed by ADOT construction PLA, with the approval of the Engineer, prior to earthmoving activities and following rainfall events and during plant germination and growth periods for listed noxious and invasive plant species. To update NSCP, the contractor shall also furnish field inspection/observation reports for new growth of noxious/invasive plant species between four (4) weeks to six (6) weeks after each rainfall events of 0.5 inches (≥ 12.7 mm) or more. When surveys determine that noxious, invasive or other designated plants species listed in the NSCP for control are found to be present within the project right-of-way, the contractor shall treat the areas designated by the Engineer in accordance with the approved NSCP. Such treatments shall be completed and approved by the Engineer before ground disturbing or earthmoving activities occur from those areas.

The contractor shall mark those areas receiving manual / mechanical control with an application of a photosensitive dye. Herbicides shall be mixed with a photosensitive dye which will produce a contrasting color when sprayed upon the ground. The color shall disappear between three (3) and five (5) days after being applied. The dye shall not stain any surfaces nor injure non-target plant or animal species when applied at the manufacturer’s recommended application rate.

Application of herbicide shall be in accordance with the manufacturer’s instructions and the approved NSCP. Responsible herbicide applicator shall be licensed under the appropriate category as required by the State Law.

The contractor shall not perform broadcast applications of glyphosate and/or other broad- spectrum herbicides within the project limits. Spot-treating of identified noxious and invasive plant species patches shall be conducted.

Mowing shall be allowed if it is proven to be a successful permanent control method of annual noxious / invasive plant species as approved by the Engineer. If approved, mowing

Page 198 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T shall be performed before the annual noxious / invasive plant species are able to set seed. Mowing shall NOT be operated in areas where there are perennial noxious / invasive plant species. Mowing shall NOT be utilized for noxious / invasive plant species that carry existing seeds (seed heads / pods). All project areas and plant species to be mowed shall be carefully evaluated / identified by ADOT construction PLA with approval from the Engineer.

Unless otherwise called out in the plans/details, specified in these Special Provisions, or as directed by the Engineer, the contractor shall remove the identified noxious / invasive woody vegetation to the finished grade level without uprooting it (flush cutting). In order to stop stump regrowth, the applicable remaining stumps shall be promptly treated with suitable herbicide so the identified noxious / invasive woody vegetation will not sprout new growth from the stumps. Herbicide stump treatment shall NOT be conducted to plant species such as common evergreen coniferous shrubs and trees, which will unlikely generate stump regrowth. Manual / mechanical removal of remaining woody vegetation stumps and rootballs in erosive areas shall be avoided to maximum extent practicable (MEP). The removal method and process shall be evaluated by ADOT construction PLA with approval from the Engineer.

Removal of soil seed bank that has been contaminated by the natural storage of seeds from noxious / invasive plant species shall be required for projects involving soil / ground disturbance from roadway / drainage excavations or as designated by the Engineer. The contractor shall remove top three (3) inches of the existing undisturbed surface soil from the project areas infested with noxious / invasive plant species as evaluated / identified by ADOT construction PLA with approval from the Engineer. All removed contaminated soil seed bank shall be properly disposed of or placed (buried) below the top two feet (2’-0”) of the final finished grade as directed by the Engineer. The removal, stockpile, burial, or disposal of contaminated soil seed banks shall be well contained / concealed during construction. The contractor shall then return all soil-seed-bank removal disturbed area, to an acceptable surface condition (finished grade), as approved by the Engineer.

No earthmoving activities to the treated areas shall be approved until the employed weed management measures have been inspected to be successfully achieved as per the approval of the Engineer. For projects within transportation easements on BLM, USFS, or Navajo Nation Lands, PUPs shall be prepared and submitted to the Engineer and ADOT construction PLA as required in the NSCP. The PUPs will be submitted by the Department to the appropriate BLM Field Office, National Forest, or appropriate representative of Navajo EPA and must be approved by the BLM, National Forest, or Navajo EPA before being approved by the Engineer.

The contractor shall keep records of all herbicide applications. A copy of this record shall be added to the NSCP and also submitted to the Engineer after each application. The contractor shall be responsible for the proper transport, storage, and application of all materials necessary for herbicide control treatments.

Page 199 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

As a part of the integrated management approach, all areas to be treated for noxious and invasive plant species shall ultimately be seeded, landscaped, or permanently stabilized to minimize and prevent from weed re-invasion / re-infestation, as specified in these Special Provisions. Method of Measurement:

Control of noxious and invasive plant species, either manually (mechanically) or with herbicides, will be measured by the square yard (SQ.YD.) of each treated area, as directed and approved by the Engineer.

Basis of Payment:

During pre-construction meeting, the contractor in conjunction with Engineer shall verify and be in agreement with the quantity of areas to be treated as evaluated by Construction PLA. The quantity of areas to be treated shall be in compliance with environmental requirements.

The accepted quantities of control of noxious and invasive plant species, either manually (mechanically) or with herbicides, measured as provided above, will be paid for at the contract unit price for each soil treatment directed and approved by the Engineer. Such price will be considered to include all labor, materials, equipment, and mobilization costs required to complete the work as specified herein. Such price shall also cover collection, removal, containment and disposal of noxious and invasive plant species. Up to four (4) mobilizations may be required to accomplish control of noxious and invasive plant species as specified herein. The Department will consider the cost of such multiple mobilizations to be included in the price bid for control of noxious and invasive plant species. Adjustments may be made to the contract through negotiation for more than four (> 4) mobilization activities as per the approval of the Engineer.

No measurement or payment will be made for treatment of those areas, manually / mechanically or with herbicides, not authorized and approved by the Engineer. No payment will be made for treatment areas not in compliance with the approved PUP/NSCP. No payment will be made for areas treated by herbicide products not in compliance with the approved PUP/NSCP. No measurement or payment will be made for the removal and proper disposal of waste materials, the cost being considered is included in contract items.

No measurement or payment will be made for preparation of the NSCP and, when applicable, the PUP, including the initial submittal and modifications, or for monitoring, the costs being considered is included in contract items.

No separate measurement or direct payment will be made for Control of Noxious Plants under Landscape Establishment as specified in Section 807 of the Standard Specifications and these Special Provisions; the cost being considered is included in the respective contract item of Landscape Establishment. For projects engaging roadway / drainage excavations, no separate measurement or direct payment will be made for the removal, stockpile, burial, or disposal of contaminated soil

Page 200 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T seed banks, as well as returning all soil-seed-bank removal areas to an acceptable surface condition (finished grade); the cost being considered is included in the respective contract item of roadway / drainage excavations.

(925SRVY, 08/16/19)

SECTION 925 CONSTRUCTION SURVEYING AND LAYOUT: of the Standard Specifications is revised to read:

925-1 Description:

The work under this section shall consist of furnishing all materials, personnel, and equipment necessary to perform all surveying, staking, establishment of all pit boundaries, laying out of haul roads, and verification of the accuracy of all existing control points which have been provided by the Department. The control point verification process shall include locating and making ties to all section line, right-of-way, and roadway monuments in the vicinity of the proposed work. Included in this work shall be all calculations required for the satisfactory completion of projects, including grade and drain, overlay, safety, landscape, rest areas, structures, surfacing projects, or combinations thereof, in conformance with the plans and specifications. The work shall include establishing and marking 'as-built' elevations on bridges, and culverts. The work shall be done under the direction of a registered professional engineer or a registered land surveyor employed by the contractor. The crew chief shall be (National Society of Professional Surveyors) NSPS Certified Level III, (National Institute for Certification in Engineering Technologies) NICET Certified Level III, or a registered Land Surveyor-in-Training. A minimum of 50 percent of the survey crew shall be either NSPS Certified Level II or NICET Certified Level II. All work affecting real property boundaries as described in Arizona State Board of Technical Registration Standards shall be performed under the direction of a registered land surveyor licensed in the State of Arizona.

When construction of new right-of-way monuments is included with the project, the Department will establish all initial right-of-way monuments prior to construction and forward a right-of-way staking plan to the contractor. Prior to completion of the construction project, as directed by the Engineer, the Department will supply, install, and stamp the final right-of- way markers.

All other existing cadastral corners, such as section corners, quarter corners, intersecting street centerline monuments, and property corners that are destroyed by the contractor shall be re-established by a registered land surveyor employed by the contractor.

Measurement of all pay quantity items will be the responsibility of the Department. When utility adjustments are a part of the contract, the contractor shall perform all layout work and set all control points, stakes and references necessary for carrying out all such adjustments.

Page 201 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The contractor shall not employ or engage the services of any person or persons in the employ of the Arizona Department of Transportation for the performance of any of the work as described herein.

925-2 Materials, Personnel and Equipment:

Materials and equipment shall include, but shall not necessarily be limited to, vehicles for transporting personnel and equipment, properly adjusted and accurate survey equipment, straightedges, stakes, flagging, and all other devices necessary for checking, marking, establishing and maintaining lines, grades and layout to perform the work called for in the contract. The contractor shall furnish competent personnel to perform the survey work and layout.

Traffic control devices and procedures for construction surveying shall be in accordance with the requirements of the MUTCD and associated ADOT Supplement.

Field books or other electronic data collection records used by the contractor for recording survey data and field notes shall be available for inspection by the Department at any time and shall become the property of the Department upon completion of the work.

925-3 Construction Requirements:

925-3.01 General:

Prior to beginning any survey operations, the contractor shall furnish to the Engineer, for approval, a written outline detailing the method of staking, marking of stakes, grade control for various courses of materials, referencing, structure control, pavement markings, and any other procedures and controls necessary for survey completion. A part of this outline shall also be a schedule which will show the sequencing of the survey and layout work, throughout the course of the contract, listing a percentage of completion for each month. Section 1150, Chapter 11 of the ADOT Construction Manual shall be used by the contractor as a guide in the preparation of this outline. The ADOT Construction Manual is available on the Department’s website, through the Construction and Materials Group.

When design survey is established and shown on project plans, the Department will provide a minimum of 3 control points within 1 mile of the project site, and centerline geometry information for the contractor’s use. Department furnished control points set in the field will be identified to the contractor. On projects without design survey, the Department will identify record drawings from which the contractor can establish construction survey.

The contractor shall verify the accuracy of the control points established by the Department prior to use. The contractor shall, as part of the control point verification process, locate and make ties to any section line, right-of-way, and roadway monuments which will be affected by the proposed work. After verification of these points, the contractor shall notify the Department in writing of the results.

Page 202 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The contractor shall establish an accurate construction centerline and bench marks for the proper layout of the work as described herein.

Traverse and control points established by the contractor shall be provided to the Department as follows: For horizontal control, the contractor shall run a traverse from which construction centerline can be established. The control points, delineated by iron pins, marks in concrete, or similar devices, shall be located to minimize the likelihood of their destruction during construction activities. Coordinates of these points or ties to construction centerline shall be provided to the Department.

For vertical control, the contractor shall establish bench marks for the entire length of the project at horizontal intervals not to exceed 2,500 feet. Traverse or control points set by the contractor shall be identified in the field to the Department.

When GPS is utilized, the contractor will furnish the GPS localization results to the Department at least seven days before beginning construction layout survey work. The Engineer may order the GPS localization calibration and associated 3D model to be broken into two or more zones to maintain the localized relationship between control points and original ground.

The established initial right-of-way monuments shall be protected in place and re- established by the contractor, if disturbed, at no additional cost to the Department.

For locating and establishing ties to section line, right-of-way, and roadway monuments, the contractor shall follow the standards listed in Subsection 925-3.02(B).

Throughout the work, when design survey is established and shown on project plans, the contractor shall set all stakes including centerline stakes; offset stakes; reference point stakes; slope stakes; pavement lines, curb lines and grade stakes; stakes for sewers, roadway drainage, pipe, under drains, clearing, paved gutter, guardrail, fence, survey monuments and culverts; blue tops for subgrade, subbase and base courses; control points for bridges, bridge piers, abutments, footings, pile cutoff, pile layout, pier caps, bridge seats, bridge beams, girder profiles and screed elevations; supplemental bench marks; permanent as-built elevation marks; and all other horizontal or vertical controls necessary for complete and accurate layout and construction of the work. Regardless of the staking method, construction stakes shall be marked in such a manner that all construction personnel can easily identify the stake location, elevation, and other appropriate information. The coordinates of any new control points established by the contractor during the course of the work shall be given to the Engineer within five working days of control point establishment.

On surface treatment projects, and other projects without horizontal control, stakes indicating locations shall be placed every 500 feet, unless otherwise defined in the Special

Page 203 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Provisions. Locations may be painted on the pavement in place of staking when approved by the Engineer.

If errors are discovered during the verification process, and control points do not agree with the geometrics shown in the plans, the contractor shall promptly notify the Engineer in writing, and explain the problem in detail. The Engineer will advise the contractor within five working days of any corrective actions which may be deemed necessary.

Directed changes to the work shall be reimbursed under Subsection 925-5 and additional contract time may be considered for any delays.

The contractor shall be responsible for the proper layout and accuracy of all property markers which are required by the project plans. Structure sites shall be accurately profiled and cross-sectioned, and structure control points shall be set and checked to assure the proper construction or installation of each structure. Profiles shall be approved by the Engineer prior to constructing or installing each structure. All profile survey data shall be entered in field books, or electronic reports satisfactory to the Engineer and preserved as a permanent project record.

The contractor shall exercise care in the preservation of stakes, references and bench marks and shall reset them when any are damaged, lost, displaced or removed.

On all projects, the centerline layout for the final surface course shall be established by instrument survey by the contractor and shall serve as marks for permanent traffic centerline striping. On projects requiring contractor striping, the contractor shall set points at intervals of not greater than 50 feet for each traffic lane at the beginning and ending of each yellow stripe, and at the beginning and ending of gores and tapers.

The contractor shall also provide control points on the roadway, satisfactory to the Engineer, corresponding to the locations of all transition points for all lines of striping, including the beginnings, ends, breaks, and changes in the striping, including all tapers in the striping, and pavement edges when necessary to establish striping.

A minimum of two weeks prior to any paving activities, the contractor, the contractor’s surveyors, the pavement marking subcontractor, and the Engineer shall meet to discuss the survey control for the applications of all temporary detour and permanent striping. At this meeting the contractor shall provide a written plan, satisfactory to the Engineer, to provide survey control and layout of the temporary detour and permanent striping in a timely manner.

On projects that include no-passing zones, the contractor shall also coordinate the survey layout of such zones with the ADOT No Passing Zone Crew. The contractor shall contact the ADOT No Passing Zone Crew at the phone number provided on the project plans at least five working days before placement of the related pavement marking.

Page 204 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

On projects where traffic is being carried through the work zone, pavements shall be marked for traffic centerline delineation before the end of each work shift. Temporary pavement markings shall conform with the requirements set forth under Subsection 701- 3.05 of these specifications and any subsequent modifications thereto.

Any discrepancies in grade, alignment, earthwork quantities, locations or dimensions detected by the contractor shall immediately be brought to the attention of the Engineer. No changes in the project plans will be allowed without the approval of the Engineer. Requests for verification of earthwork quantities shall be in accordance with Subsection 203-2.01.

The Department reserves the right to make inspections and random checks of any portion of the staking and layout work. If, in the Engineer's opinion, the work is not being performed in a manner that will assure proper controls and accuracy, the Engineer will order any or all of the staking and layout work redone at no additional cost to the Department.

If any portion of the contractor's staking and layout work is ordered redone, resulting in additional rechecking by the Department, the Department shall be reimbursed for all costs for such additional checking. The amount of such costs will be deducted from the contractor's monthly estimate.

Inspection of the contractor's layout by the Engineer and the acceptance of all or any part of it shall not relieve the contractor of its responsibility to secure the proper dimensions, grades and elevations.

925-3.02 Resetting Monuments:

(A) General:

The contractor shall be responsible to maintain all existing monumentation, including section line, right-of-way, and roadway monumentation. Monumentation disturbed during construction shall be re-established by the contractor, and recorded at the appropriate county recorder's office, at no additional cost to the Department.

(B) Monumentation Standards:

Section corner, quarter corner, and property corner monuments shall be re-established following the procedures in the Manual of Surveying Instructions 2009, published by the U.S. Department of the Interior, Bureau of Land Management, and all applicable statutes and requirements specified in the current Arizona State Board of Technical Registration's “Arizona Boundary Survey Minimum Standards.” The contractor shall also follow the ADOT Right-of-Way Standards when re-establishing right-of-way monuments.

(C) Procedures:

Page 205 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Section line, right-of-way, and roadway monumentation re-established by the contractor shall bear the registration number of the Land Surveyor in responsible charge of the location. Monuments used to define section lines shall be stamped in accordance with Manual of Surveying Instructions 2009, published by the Department of Interior, Bureau of Land Management. Roadway monumentation shall be stamped in accordance with the requirements of the appropriate municipal jurisdiction. Right-of-way monuments shall be stamped in accordance with the ADOT Right-of-Way Standards.

Monuments that are re-established shall be recorded at the appropriate county recorder's office, and a copy of the Corner Recordation documentation shall be submitted to the Engineer within five working days of recordation.

925-3.03 Office Survey Work:

The contractor shall be compensated for office work associated with project survey under the following circumstances:

(A) When the project plans fail to provide sufficient information to lay out the project or any part thereof.

(B) When the contractor performs office survey work based on erroneous plans information which results in the duplication of work. (C) If the Department should change any plans information for which the contractor has already performed office work which results in the duplication of that work.

The contractor shall not be due compensation for any office survey work that includes the following:

(A) When information provided in the plans is sufficiently complete and accurate to allow additional information necessary for the complete layout of the project to be routinely calculated.

(B) When the contractor fails to inform the Engineer of discovered plan errors prior to the performance of extra office survey work.

The contractor shall inform the Engineer in a timely manner of any omissions, ambiguities, or errors which the contractor feels may result in extra office survey work, so as not to delay the project or create unnecessary calculations.

All office survey work shall be documented by the contractor and verified by the Engineer for compensation. Documentation shall consist of at least a detailed office diary specifically addressing the work involved in the alleged problem area. The contractor may be required to provide the calculations, charts, graphs, drawings, or other physical evidence which verifies the extra work.

Page 206 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

925-3.04 Survey Manager:

The contractor shall be compensated for a survey manager when deemed necessary for extra work ordered by the Engineer. The use of a survey manager, along with all survey manager duties required as a result of the additional work, must be authorized in advance by the Engineer. The survey manager shall be a Registered Land Surveyor in the State of Arizona.

925-4 Method of Measurement:

Construction surveying and layout will be measured on a lump sum basis.

One-, two-, and three- person survey parties, survey managers, and office survey technicians will be measured by the hour to the nearest half hour.

925-5 Basis of Payment:

Payment for construction surveying and layout will be made at the contract lump sum price and will be made as follows:

The approved schedule showing the sequencing and percentage of the survey and layout work, as submitted under Subsection 925-3.01, shall be the basis on which monthly progress payments shall be made. This schedule shall be subject to periodic review, at the request of the contractor or the Department, if the survey and layout work lags or accelerates. If necessary the schedule will be revised to reflect changes in survey and layout progress. When approved by the Engineer, the revised schedule will become the basis of payment.

If additional staking and layout are required as a result of additional work ordered by the Engineer, such work will be paid under items listed in the table below.

ITEM PREDETERMINED RATE

9250101-ONE-PERSON SURVEY PARTY $110 per hour

9250102-TWO-PERSON SURVEY PARTY $150 per hour

9250103-THREE-PERSON SURVEY $190 per hour PARTY

9250106-SURVEY MANAGER $175 per hour

Page 207 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

9250105–OFFICE SURVEY TECHNICIAN $85 per hour

Payment will be made at the respective predetermined unit prices listed in the table above. No additional payment will be made for overtime hours. Should such additional work require the contractor to pay travel and subsistence costs for the survey party or survey parties utilized, payment for travel and subsistence will be made under the provisions of Subsection 109.04, except that no mark-up will be allowed for profit and overhead. The Engineer will determine whether the additional work shall be performed by the contractor or by Department forces.

The amount per hour for a one-person, two-person, or three-person survey party includes the cost of all work necessary to complete the extra work.

Traffic control and flagging, including any necessary because of the additional staking and layout required as a result of extra work ordered by the Engineer, or additional work resulting from contract expansion and ordered by the Engineer, shall conform to the requirements of Section-701, Maintenance and Protection of Traffic, and will be measured and paid under the respective contract items.

No payment will be made for the resetting of stakes, references, bench marks, and other survey control unless directed by the Engineer.

The amount per hour for a survey manager and an office survey technician shall include all necessary office supplies and equipment.

Unless otherwise directed by the Engineer, requests for payment for additional survey work performed shall be submitted prior to the end of the monthly estimate billing period during which the work is performed.

(1001MATL, 12/14/09)

SECTION 1001 MATERIAL SOURCES: of the Standard Specifications is revised to read:

1001-1 Description:

The work under this section shall consist of the procuring of borrow, topsoil, subbase and base materials, mineral aggregates for concrete structures, surfacing, and landscape plating, from sources either designated on the project plans or in the Special Provisions or from other sources.

1001-2 General:

Page 208 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The contractor shall determine for itself the type of equipment and work required to produce a material meeting the specifications.

Sites from which material has been removed shall, upon completion of the work, be left in a neat and presentable condition. Where practicable, borrow pits, gravel pits, and quarry sites shall be located so that they will not be visible from the highway.

The contractor shall provide an Environmental Analysis, as specified in Subsection 104.12, for any source proposed for use regardless of whether an approved Environmental Analysis exists for the site.

In accordance with Subsection 104.12, the contractor may incorporate an existing Environmental Analysis approved after January 1, 1999, provided that the analysis is updated as necessary to be in compliance with current regulations and with the contractor’s planned activities.

It shall be the responsibility of the contractor to conduct any necessary investigations, explorations, and research, on-site and otherwise, before and after submitting the bid proposal, to satisfy itself that the specified quantity and/or quality of material exists in any proposed material source.

The Department makes no representation regarding quality or quantity of materials in any source.

1001-2.01 Material Sources in Flood Plains:

Any material source located in a flood plain and proposed for use on the project shall be reviewed by the appropriate agency having flood plain management jurisdiction for the area in which the proposed source is located. The contractor shall obtain a letter from the governing flood plain agency addressed to the Engineer, certifying that the location of the proposed source conforms to the requirements of the floodplain management agency. Contractors seeking a flood plain material source are cautioned that Section 404 of the Clean Water Act may prevent use of the source unless an appropriate permit is first obtained from the U.S. Army Corps of Engineers.

Except for surplus material from agency-administered flood control management projects, borrow material shall not be obtained from any area situated in the 100-year flood plain of any stream or watercourse, and located within one mile upstream and two miles downstream of any highway structure or surfaced roadway crossing. Surplus material from agency-administered flood control management projects may be used as borrow material only if the contractor submits written evidence to the Engineer that the flood control agency project was fully designed and funded prior to the date of advertisement for bids on the Department project.

Page 209 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Material sources in flood plains located on Native American Indian Reservations will be considered for use based on an individual analysis. The analysis shall include a review of applicable land use plans, flood plain management plans, environmental plans, applicable laws and regulations pertaining to Indian Reservations, and an engineering analysis of the effects on any highway facility or structure. The contractor shall obtain from the Native American Tribal Council all permits, licenses, and approvals and present to the Department for review. The Department will review each request on a case by case basis.

1001-2.02 Information Available:

The Department’s Materials Group maintains a listing of materials sources for which a completed Environmental Analysis is available and the landowner has allowed the source to be placed on the list. In addition, Materials Group maintains files for those sites for which the Department holds an easement, license, permit, lease, or other right, as well as a General Plan of Operation and Restoration. The contractor may contact the Materials Group at (602) 712-7231 for information and may review the files located at 1221 N. 21st Avenue, Phoenix, Arizona 85009-3740.

Contractors are advised that an agency having jurisdiction over the source, such as the Forest Service, Bureau of Land Management, Bureau of Reclamation, the State Land Department, etc., or the owner, as a condition to the use of the source, may have imposed certain obligations. The contractor who uses such a source shall assume full contractual responsibility for any and all of these obligations imposed either by the agency having jurisdiction or by the owner. Contractors considering such a source shall make themselves fully aware of any and all requirements imposed by the Department and the landowners.

The contractor may propose the use of these or other sources, provided that all requirements of the specifications have been met. It shall be the responsibility of the contractor to comply with the provisions of the Environmental Analysis and with current laws, rules, and regulations.

The Department makes no representation regarding quality or quantity of materials in any source. It shall be the responsibility of the contractor to conduct any necessary investigations, explorations and research, on-site and otherwise, to satisfy itself that the specified quantity and/or quality of material exists in any material source.

1001-2.03 Usage of Materials:

Approval of the use of any source shall be limited to the specific contract and purpose for which the use of the source was obtained.

1001-2.04 Royalty Charges:

Page 210 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

If the Engineer approves a source for which the Department holds an easement, license, permit, lease, or other right with the landowner or controlling agency that includes requirements for the payment of royalties, the amount of the royalty charges and the name and address of the party to whom royalties are to be paid will be available from the Materials Group, 1221 N. 21st Avenue, Phoenix, Arizona 85009-3740. Prior to the time of final payment, the contractor shall furnish the Engineer with evidence that all royalty charges have been paid. Such evidence shall consist of a waiver, release, or other written acknowledgement from the owner that all of the contractor’s obligations to the owner have been met. In the event that royalty charges have not been paid, the Department reserves the right to make such payment and to deduct the amount of such payment from monies due the contractor.

The final billing and payment for material extracted from sources under the jurisdiction of the State Land Department will include a small administrative charge based on the total amount of royalties due for materials removed. Upon receipt of the final billing from the Department of Transportation, the contractor shall mail a check, payable to the State Land Department, addressed as follows:

Arizona Department of Transportation Field Reports Section 206 South 17th Avenue Phoenix, Arizona 85007

1001-2.05 Performance Bonds:

If sources are under the jurisdiction of either the State Land Department or the Bureau of Land Management, the contractor shall secure a performance bond. A fully executed copy of the bond shall be furnished to the Engineer along with evidence that a fully executed copy has been sent to the State Land Department or the Bureau of Land Management.

The form of the Performance Bond will be available from the Materials Group, 1221 N. 21st Avenue, Phoenix, Arizona 85009-3740. For pits under the jurisdiction of the Bureau of Land Management, the surety shall be a company listed under "Surety Companies Acceptable on Federal Bonds." This list is published annually as of July 1 in the Federal Register. Performance bonds shall be conditioned upon the compliance with the requirements of the State Land Department and the Bureau of Land Management and the requirements of the specifications for the clearing of pit sites, the removal of material and the cleaning up of pit sites.

Copies of fully executed performance bonds shall be mailed as follows:

State Land Commission Bureau of Land Management State Land Department Manager, Land Office 1624 West Adams Street 222 North Central Avenue Phoenix, Arizona 85007 Phoenix, Arizona 85004

Page 211 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

1001-2.06 Sampling and Testing:

The results of any sampling and testing accomplished by the Department will be available from the Materials Group, 1221 N. 21st Avenue, Phoenix, Arizona 85009-3740. 1001- 2.07 Plan of Operation and Restoration:

The contractor shall determine whether the Department holds an easement, license, permit, lease or other right, for any proposed material source. For such sites, a project-specific Plan of Operation and Restoration will be required. The contractor shall obtain a copy of the related document and the Department’s General Plan of Operation and Restoration for the proposed site from the Materials Group. The contractor shall prepare and submit to the Engineer a project-specific Plan of Operation and Restoration which shall follow the format of the Department’s General Plan of Operation and Restoration, and shall take into account the requirements of the Environmental Analysis, as well as any restrictions placed on the use of the source by the landowner or agency.

The proposed source will not be approved without an approved project-specific Plan of Operation and Restoration. Approval of the contractor’s project-specific plan does not constitute approval of the use of the source.

The contractor shall identify and provide a person in charge of the operation. That person shall maintain copies onsite of the Department’s General Plan of Operation and Restoration, the contractor’s approved project-specific Plan of Operation and Restoration, the current Environmental Analysis, and the license and permits issued to the Department by the landowner or agency.

1001-3 Proposed Source:

1001-3.01 Approval Requirements:

(A) General:

The contractor shall promptly advise the Engineer as to the source that it proposes to use.

The contractor acknowledges that all the conditions set forth in this subsection shall be met prior to the source being approved for use.

Other than sampling and testing, the requirements of this subsection shall be completed prior to initiation of any activities that disturb the existing conditions at the proposed source.

The contractor further acknowledges that no additional compensation will be made on account of any delays in preparing or modifying the Environmental Analysis, obtaining approval for the use of a source, or the failure to obtain approval of a source. An extension

Page 212 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T of contract time may be granted only in accordance with Subsections 104.12 or 1001-3.01(B)(4).

Regulatory changes, specification changes, or other reasons may preclude the approval of a materials source. The contractor acknowledges that the Department may refuse to approve a material source even if the Department had approved the source for other projects.

If all of the requirements for approval of a materials source have been accomplished for the project, and the Engineer has approved the source for use on the project and, subsequent to that approval, the Environmental Analysis is rescinded, the contractor may request a revision to the contract in accordance with Subsection 104.02 and 108.08. In reviewing the contractor’s request, the Department will take into account the following factors. Additional factors may be considered.

(1) Whether the contractor was in compliance with the requirements of the Environmental Analysis and, if applicable, the site-specific Plan of Operations and Restoration.

(2) Whether the reasons for rescinding the approval were reasonably foreseeable.

(3) Whether the action taken was the result of regulatory changes.

(4) Whether deficiencies unrelated to the Environmental Analysis may have rendered the source unacceptable.

(5) Whether rescinding the approval was the sole cause of any impact to controlling activities on the project.

(B) Specific Conditions For Approval:

The use of a source will require written approval by the Engineer. No approval will be given until the contractor has complied with the following conditions:

(1) The contractor has submitted an Environmental Analysis, as specified in Subsection 104.12, of the source proposed for use and the Department has reviewed the analysis and satisfied itself that the use of such source will not have an adverse social, economic or environmental impact. The requirements of Subsection 1001-3.01 shall be completed prior to initiation of any activities that disturb the existing conditions at the proposed source, except for exploring test areas as specified in Subsection 1001-3.02.

(2) The contractor has furnished the Engineer with evidence that he has secured the rights to the source, including ingress and egress.

Page 213 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(3) The Department has determined that the material from the proposed source not only meets the requirements, but is also compatible with the established project design criteria developed by the ADOT Materials Group and based on the soil support value of the embankment; and the sampling and testing as herein specified has been satisfactorily completed. (4) The contractor has furnished a fully executed copy of the Performance Bond as specified in Subsection 1001-2.05.

(5) When required, the contractor has submitted, and the Department has approved, the site-specific plan of operations and restoration as specified in Subsection 1001-2.07.

The contractor shall also notify the Arizona Department of Agriculture, in accordance with the Arizona Native Plant Law, at least 30 days prior to any clearing operations of less than 40 acres on private land, 60 days prior to clearing operations of 40 or more acres on private land, and 60 days prior to any clearing of state land, regardless of size. If the Engineer is convinced that the contractor has made every effort to comply with the provisions of the Arizona Native Plant Law in contacting the Department of Agriculture, the Engineer will increase the number of contract days by the amount of time required for action by the Department of Agriculture. The increase will not exceed 45 calendar days and will be concurrent with any increase allowed for the preparation of the Environmental Analysis.

(C) Historical and Cultural Resources:

If the Department determines that the proposed use will have major adverse impact on cultural or historic resources, the Department will not allow the use of the source.

(D) Permit from Navajo Nation:

For projects located on the Navajo Reservation, the Navajo Nation has adopted a permitting system for any sources, regardless of whether on or off the Navajo reservation, which are to supply material for projects located within its boundaries. No material source will be approved until the contractor submits a copy of the permit from the Navajo Nation allowing materials from the proposed source to be used on the project. For information concerning the permit, the contractor shall contact the Navajo Nation Historic Preservation Office.

1001-3.02 Testing Requirements:

The contractor shall furnish equipment and personnel and shall obtain representative samples of the material under the supervision of the Engineer. At the option of the contractor, the material shall be tested by either the Department or by a testing laboratory approved by the Department. The cost of all sampling and testing done for the purpose of attaining approval of any source, including the cost of supervision by the Engineer, shall be borne by the contractor.

Page 214 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

If testing is performed by a testing laboratory, the contractor shall arrange for the samples to be delivered to the testing laboratory. Tests shall be performed using appropriate test procedures referred to in the sections of the specifications in which the specific material requirements are described.

The contractor shall make the arrangements necessary to see that the testing laboratory submits the results of the tests to ADOT Materials Group. The contractor shall submit to ADOT Materials Group sufficient quantity of material from the samples taken so that ADOT Materials Group may test the materials, at the Department’s expense, and verify the results.

Exploratory sampling and testing activities conducted prior to the Department's approval shall be limited so as to cause the minimum amount of vegetation removal and surface disturbance required to obtain representative samples. The contractor shall not produce material, mobilize crushing equipment or clear a worksite prior to approval of the Environmental Analysis.

The contractor may request an exemption from the testing requirements specified in this subsection upon presentation of evidence to the satisfaction of the Engineer that the material that will be produced on the project is sufficiently similar to material that has been previously acceptable to the Department on projects with similar materials specifications.

No approval of the source shall be assumed, nor will it be made, until the Department has determined that the material meets the specified requirements.

The contract time will not be adjusted because of any time required by either the contractor or the Department to sample and test the material and to determine the quality of the material.

1001-4 Special Access:

The contractor may make a request to the Engineer to approve special access to a controlled access highway if special access is not shown on the project plans.

The request by the contractor shall be accompanied by an Environmental Analysis and by documents which specify the point(s) of access, the acquisition of right-of-way, the manner in which access will be attained, the traffic control plan, and crossovers, along with all other appropriate data which will allow the Engineer to evaluate its request. If the request is approved, a supplemental agreement shall be entered into. All costs associated with the special access requested by the contractor shall be borne by the contractor, including, but not limited to, cattle guards, fences, gates and restoration work. When access is not being utilized, gates shall be closed and locked. Upon completion of all operations, the area within the right-of-way that has been disturbed shall be restored to the condition existing prior to the contractor's operations.

Page 215 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The decision by the Engineer to deny a request by the contractor will be considered to be final.

1001-5 Operations at Source:

1001-5.01 General Requirements:

The contractor shall conduct its operations in such a manner as to preserve available materials in excess of project requirements.

The contractor shall notify the Engineer in advance of operations at the source. Notice shall be given before and after clearing and grubbing, and before and after cleaning up.

1001-5.02 Clearing and Grubbing:

Before beginning stripping, the contractor shall clear and grub the source as necessary to prevent the contamination of materials to be used in the work. Clearing and grubbing shall be in accordance with the requirements of Section 201, except that the resulting surface need not be leveled and vegetable matter need not be separated from any overburden which the Engineer determines to be unsuitable for any future use and which is to be wasted. Clearing and grubbing shall be limited to the area expected to be excavated and areas used for processing and stockpiling.

In the disposal of all tree trunks, stumps, brush, limbs, roots, vegetation and other debris removed, the contractor shall comply with the requirements of the Arizona Revised Statutes Title 49 Chapter 3 – Air Quality; and with the Arizona Administrative Code Title 18 Chapter 2 – Department of Environmental Quality – Air Pollution Control.

Burning will be permitted only after the contractor has obtained a permit from the Arizona Department of Environmental Quality, and from any other Federal, State, County or City Agency that may be involved.

When stripping is required, overburden shall be removed to the extent necessary to remove all undesirable materials and shall, at all times, be kept stripped at least five feet beyond the working face of the area being excavated.

The contractor shall comply with the requirements of the landowner or agency having jurisdiction over the land.

1001-5.03 Extraction of Materials:

Materials shall be removed from the source in a workmanlike manner and, when required, in accordance with the contractor’s project-specific Plan of Operation and Restoration. In

Page 216 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T order to produce acceptable material in the amount and gradation required, it may be necessary for the contractor to do any or all of the following, along with any other similar operations usually associated with the extraction, processing and production of the particular material being produced:

Move materials from one area to another. Perform additional screening. Remove, wash and waste material. Blend materials. Revise crushing methods. Remove deleterious materials such as clay balls, roots and sticks.

If the Engineer determines that the material in a source is stratified, all material except borrow shall be removed for the full depth in such a manner as to produce a uniform blend of the material. Placing the material from different areas and depths into a surge pile and removing material from the surge pile by cutting through the pile will be acceptable provided that a uniformly blended material is obtained. Material sources located in drainage channels such as washes, riverbeds, etc., may experience seasonal variations in the depth of ground water. In order to produce the quantity of material estimated to be available, the contractor may be required to work below the water table.

1001-6 Fences and Cattle Guards:

Where the haul roads to material sources cross existing fence lines in areas where there is livestock of any kind, temporary cattle guards shall be installed by the contractor at each crossing.

The livestock operator or owner shall be contacted prior to the beginning of any operations and effective measures shall be taken and means provided by the contractor to prevent livestock from straying. In operations where conditions will exist that are dangerous to livestock of any kind, temporary cattle guards and fence shall be installed around the pit area by the contractor to protect livestock.

Temporary cattle guards and fence installed by the contractor shall be removed and existing fence disturbed shall be replaced or reconstructed and all fence shall be left in as good condition as it was prior to the beginning of work.

1001-7 Cleaning Up:

All overburden and other undesirable materials removed and all piles of waste materials resulting from operations in the source shall be handled in accordance with the requirements of the landowner or agency having jurisdiction over the land, the Environmental Analysis, the project-specific Plan of Operation and Restoration, if applicable,

Page 217 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T and all laws, rules and regulations. All debris shall be removed and disposed of and, if directed, all open test holes shall be filled. Unless otherwise required, the sides of sources shall be sloped and smoothed so that livestock can enter and leave the excavated area safely. Unless otherwise required, all haul roads shall be obliterated and, as far as practicable, the ground left in as good condition as it was prior to hauling. 1001-8 Method of Measurement and Basis of Payment:

Except as may be otherwise specifically provided for in this section or elsewhere, no measurement or direct payment will be made for any costs involved in the procuring of materials. Such costs shall be considered as included in the cost of contract items.

(1002PNT, 11/06/12)

SECTION 1002 PAINT: of the Standard Specifications is revised to read:

1002-1 General Requirements:

All paints specified herein shall be ready-mixed at the manufacturer's plant, except for inorganic zinc-rich primer, which shall be mixed by the fabricator or at the project site just prior to application. All paints shall be standard paint products of the manufacturer with published product data sheets and shall comply in all details with the specifications.

Ready-mixed paint shall be homogeneous, free of contaminants, and shall be of a consistency suitable for the use for which it is specified. The pigment shall be finely ground and properly dispersed in the vehicle, according to the requirements for the type of paint, and this dispersion shall be such that the pigment does not settle appreciably, does not cake or thicken in the paint container, and does not become granular, jelled, or curdled. Any settlement of pigment in the paint shall be easily dispersed with a paddle so as to produce a smooth uniform paint of the proper consistency. The manufacturer shall include in the paint the necessary additives for control of sagging, leveling, drying, drier absorption, and skinning.

Lead, lead compounds, soluble barium compounds, or hexavalent chromium compounds shall not be used as raw materials in the paint formulas specified under this section, and shall not be added to any paint formulas specified under this section.

The use of halogenated solvents is not permitted.

Paint shall be furnished in new, unopened air-tight containers, which are clearly labeled with the exact title of the paint, Federal Specification number when applicable, name and address of the manufacturer, product code, date of paint manufacture, and the lot or batch number. The containers shall meet U.S. Department of Transportation Hazardous Materials Shipping Regulations. Precautions concerning the handling and the application of the paint shall be shown on the label of the paint containers.

Page 218 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

All of the paints of any coating system consisting of individual paints (such as a primer, intermediate coat, and topcoat), shall be made by the same manufacturer, and shall be designed and sold to be used together as a system.

Only paints and paint systems approved in accordance with Subsection 1002-3 and shown on the Department’s Approved Products List (APL) will be allowed for use. Copies of the most current version of the APL are available on the internet from the ADOT Research Center, through its Product Evaluation Program. Paint supplied by an approved manufacturer with a different product code from that which was previously evaluated and approved will require evaluation to determine if it is acceptable.

The contractor shall submit to the Engineer a Certificate of Compliance for each lot or batch of paint supplied, in accordance with Subsection 106.05, prior to its use. Product data sheets listing the paint constituents and their proportions as well as Materials Safety Data Sheets (MSDS) are required for each paint material supplied prior to its use.

All applicable governmental environmental regulations shall be adhered to during cleanup and for the disposal of unused paint.

1002-2 Paint Types:

1002-2.01 Three-Paint Coating System:

(A) General:

A three-paint coating system shall be for use on metallic surfaces, and shall include a primer (Paint Number 1), intermediate coat (Paint Number 2), and topcoat (Paint Number 3) from the same system. All three paints shall be water-based, 100 percent acrylic (acrylic latex) paints, unless a non water-based primer is specified, in which case, the topcoat and intermediate coat must be a water-based acrylic paint.

Each individual paint shall conform to all of the chemical and physical characteristics and properties as declared on the manufacturer’s product data sheet. In addition, the paint color shall be as specified in the project plans, and the consistency shall be in accordance with the manufacturer’s recommendations. The contractor shall use the checking and calibration procedures found in ASTM D 4212 and verify the paint consistency with the Engineer prior to each application.

Each coating is intended for spray application. Limited application can be made by brushing or rolling if approved by the Engineer.

(B) Paint Number 1 - Primer:

Page 219 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

This paint shall be used on blast cleaned steel surfaces for the first coat of a three-paint coating which must include Paint Number 2 and Paint Number 3 from the same system.

(C) Paint Number 2 - Intermediate Coat:

This paint for intermediate coats shall be used on primed steel surfaces as the second coat of a three-paint coating system which must include Paint Number 1 and Paint Number 3 from the same system. The paint shall be appropriately tinted to contrast with the prime coat.

(D) Paint Number 3 - Topcoat:

Paint for topcoats shall be used as the third coat of a three-paint coating system which must include Paint Number 1 and Paint Number 2 from the same system.

For topcoats, the gloss shall be as specified on the project plans. The available colors for topcoats shall provide visual matches to the colors given in the Federal Standard No. 595. The colors shall be available in high-gloss enamels, if required.

1002-2.02 Zinc-Rich Primer:

Zinc-rich primer shall be a solvent based, one-part, epoxy ester, zinc-rich coating made to contain no less than 89 percent by weight of zinc dust in the dried film. Zinc-rich primer is suitable for limited use on cuts, welds, or damaged galvanized surfaces, as needed to restore the continuity of cathodic protection. Zinc-rich primer shall be certified by the manufacturer to be compatible with any suitable water-based acrylic finish paint.

Zinc-rich primer shall be used where zinc paint is called for elsewhere in the specifications.

1002-2.03 Inorganic Zinc-Rich Primer:

Inorganic zinc-rich primer shall be a solvent-based three-component, inorganic, ethyl silicate, zinc-rich coating for use on steel surfaces which will be exposed to severely corrosive environments. The primer shall be mixed in accordance with the manufacturer’s directions by the fabricator or at the project site just prior to application. Inorganic zinc-rich primer shall be made to contain no less than 80 percent by weight of zinc dust in the dried film, and shall be certified by the manufacturer to form a strong bond to properly cleaned and prepared steel surfaces, either sandblasted or galvanized. This primer shall also be certified by the manufacturer to be compatible with any suitable water-based acrylic finish paint.

1002-2.04 Alkyd Primer:

Page 220 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Alkyd primer shall be solvent-based, and shall be designed for ferrous metal surfaces where there are rusting issues which rule out the use of a water-based primer. Such surfaces may include ornamental iron, tanks, fabricated parts, handrails, and objects referred to as “black steel.” Alkyd primer shall be certified by the manufacturer to be compatible with any suitable water-based acrylic finish paint. 1002-2.05 Direct-to-Metal (DTM) Combination Primer and Finish Paint:

This paint shall be a water-based acrylic paint specially designed for use as a direct-to-metal (DTM) primer or combination primer and finish. The product shall be certified by the manufacturer to form a strong bond to properly cleaned and prepared surfaces of structural steel and other metallic products such as metal buildings, tanks, and pipes. It shall also be certified to bond with other properly cleaned and prepared surfaces such as galvanized steel, oil-based paints, and alkyd enamels. When used on ferrous metal surfaces where there are rusting issues, the paint shall be rust-inhibitive. Direct-to-metal combination primer and finish paints shall be designed to be usable as a complete two or three coat system. When used as a primer only, the paint shall be certified by the manufacturer to be compatible with any suitable water-based acrylic finish paint.

1002-2.06 Acrylic Emulsion Paint:

Acrylic emulsion paint shall be used on concrete and masonry surfaces, and shall be a water-based, 100 percent acrylic (acrylic latex) paint.

This paint may be tinted by using “Universal” or “all purpose” concentrates.

The color of the final coat of paint shall be as indicated on the project plans. If no color is specified on the plans, the paint color shall approximate that of paint color chip No. 30318, as specified by Federal Test Standard Number 595, when applied to either a concrete test specimen measuring two feet by two feet, or to the surface of the concrete structure to be painted.

The Engineer will determine color acceptance by visual inspection.

1002-3 Sampling and Testing:

(A) General:

Any lot or batch of paint may, at any time, be sampled and tested for conformance to the specifications and the chemical and physical characteristics and properties as declared by the manufacturer on the product data sheets submitted with the original samples used in the evaluation and approval of the product. Also, complete coating system samples may be required at any time for follow-up evaluation using the performance test method employed in the original evaluation for approval of the system.

Page 221 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(B) Coating Systems for Structural Steel and Other Metallic Surfaces:

Coating systems composed of the paints specified in Subsections 1002-2.01 through 1002-2.05 will be tested as complete systems applied to steel panels and weathered in accordance with ASTM G 154, and exposure cycle number 4 of ASTM D 4587, in the Q-U-V Accelerated Weathering Tester, utilizing UVB 313 lamps. Each system shall have an evaluation rating of 100 or greater after 2000 hours of weathering. The procedure is as follows:

1. Paint coatings will be applied to cold rolled steel panels (ASTM D 609, Type 3, ASTM A 366). The paint will be thinned to 75 ± 2 Ku consistency using demineralized water. Three coats, each approximately 2 mils thickness are applied to each of four panels according to ASTM D 823. The fourth coated panel from each set will be inscribed with an “X” cut to the steel substrate and extending across the entire coated area.

2. The exposure cycle used with the weathering tester shall be D = 8 h UV/60 degree C followed by 4 h CON/45 degree C. One panel from each set of four shall be removed at 1000 hours and another at 1500 hours. The last two panels shall be removed at 2000 hours.

3. Paint systems will be evaluated on the basis of six measures of degradation which may be found to occur under the conditions of exposure. For each measure, a rating scale of from one to five points will be applied. A rating of one point indicates the poorest performance and five points indicate the best performance. The rating from each measure is multiplied by a weighting factor which represents the relative importance of that measure. The product is a score for that measure. The sum of the scores for all measures is the overall score for the system. To be acceptable, paint systems shall have an overall score of 100 or higher.

A) Cracking/Flaking: ASTM D 660, ASTM D 661, and ASTM D 772 are used in combination to determine the rating scale. A weighting factor of three will be applied to the results of these tests.

B) Blistering/Flaking: ASTM D 714 and ASTM D 772 are used in combination to determine the rating scale. A weighting factor of three will be applied to the results of these tests.

C) Corrosion: A rating scale is derived from ASTM D 610 for evaluating the degree of rusting. A weighting factor of three will be applied to the results of this test.

Page 222 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

D) Chalking/Erosion: ASTM D 4214 and ASTM D 662 are used in combination to determine the rating scale. A weighting factor of three will be applied to the results of these tests.

E) Adhesion: The tape test is based on ASTM D 3359 and the rating scale is from the Classification of Adhesion Test Results under Test Method B. A weighting factor of five will be applied to the results of this test.

F) Flexibility: ASTM D 522, using a 1-1/4 inch mandrel, is employed to determine flexibility. The degree of cracking observed after bending is used to determine the rating scale. A weighting factor of five will be applied to the results of this test.

(C) Paint for Concrete and Masonry Surfaces:

Paint for concrete and masonry surfaces will be tested in accordance with the following procedures:

1) Resistance to Accelerated Weathering:

The paint will be applied to concrete mortar panels and weathered in a Q-U-V accelerated weathering tester, according to ASTM G 154, for 2000 hours utilizing UVB-313 lamps, and exposure cycle number 4 of ASTM D 4587. The paint weathered in this manner shall show no appreciable change in color or appearance due to fading, chalking, or material reaction.

2) Adhesion:

The paint shall be applied to a concrete or masonry test surface approved by the Engineer, in accordance with the application plan specified in Subsection 610-3.03. After a minimum period of 30 days of outdoor exposure, the adhesion of the paint will be measured. Testing will be performed in accordance with the requirements of ASTM D 4541, Method E, with a strength of at least 100 psi being required. In addition, testing will also be performed in accordance with the requirements of ASTM D 3359, Method A, with a rating of 3A or higher being required.

(1003REBAR, 01/26/16)

SECTION 1003 REINFORCING STEEL:

1003-1 General Requirements: the first paragraph of the Standard Specifications is revised to read:

Reinforcing steel shall be furnished in the sizes, shapes, and lengths shown on the plans and in conformance with the requirements of the specifications.

Page 223 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Certificates of Compliance conforming to the requirements of Subsection 106.05 shall be submitted for epoxy coated reinforcing bars, as well as uncoated reinforcing bars, wire, and welded wire fabric. In addition, for epoxy coated reinforcing bars, Certificates of Compliance shall be required from the coating manufacturer and Certificates of Analysis shall be required from the coating applicator.

1003-2 Reinforcing Bars: the first paragraph of the Standard Specifications is revised to read: Except when used for wire ties or spirals, steel bars used as reinforcement in concrete shall be deformed and shall conform to the requirements of ASTM A 615. Unless otherwise specified, steel bars meeting the requirements of ASTM A 706 may be substituted for ASTM A 615 steel bars. When ASTM A 706 bars are used, tack welding of the reinforcement will not be permitted unless approved in writing by the Engineer.

1003-3 Wire: of the Standard Specifications is revised to read:

Steel wire used as spirals or ties for reinforcement in concrete shall conform to the requirements of ASTM A 82.

1003-5.02 Epoxy for Coating: the first paragraph of the Standard Specifications is revised to read:

A list of powdered epoxy resins which have passed prequalification tests, as described in ASTM A 775, “Epoxy-Coated Steel Reinforcing Bars”, and which may be used if the material is applied and cured in the same manner as that used to coat the test bars in the original powder prequalification test may be found on the Department’s Approved Products List. Copies of the most current version are available on the internet from the ADOT Research Center through its Product Evaluation Program.

1003-5.02 Epoxy for Coating: the fifth paragraph of the Standard Specifications is revised to read:

The contractor shall furnish a Certificate of Compliance from the coating manufacturer, conforming to the requirements of Subsection 106.05. The Certificate of Compliance shall properly identify the batch and/or lot number, material, quantity of batch, date of manufacture, name and address of manufacturer, and a statement that the material is the same composition as the initial sample prequalified for use. The certificate shall also state that production bars and prequalification bars have been identically prepared and applied with epoxy powders.

1003-5.03 Application of Coating: the second paragraph of the Standard Specifications is revised to read:

Page 224 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The surface to be coated shall be blast cleaned in accordance with the requirements of the Society for Protective Coatings, Surface Preparation Standard SSPC-SP10, Near White Blast Cleaning.

1003-5.03 Application of Coating: the fifth paragraph of the Standard Specifications is revised to read:

The epoxy coating shall be applied as a smooth uniform coat. After curing, the coating thickness shall be ten ± two mils. Coating thickness shall be controlled by taking measurements on a representative number of bars from each production lot. Coating thickness measurements shall be conducted by the method outlined in the Society for Protective Coatings Paint Application Standard SSPC-PA2.

1003-5.03 Application of Coating: the ninth and tenth paragraphs of the Standard Specifications are revised to read:

The contractor shall furnish a Certificate of Analysis from the coating applicator, conforming to the requirements of Subsection 106.05, with each shipment of coated steel. In addition to the requirements of Subsection 106.05, the Certificate of Analysis shall state that the coated items and coating material have been tested in accordance with the requirements of this subsection and that the entire lot is in a fully-cured condition.

The coating applicator shall be responsible for performing quality control and tests. This will include inspection and testing to determine compliance with the requirements of this subsection for the coating thickness, continuity of coating, coating cure, and flexibility of coating.

(1006PCC, 02/13/17)

SECTION 1006 PORTLAND CEMENT CONCRETE:

1006-1 General Requirements: of the Standard Specifications is revised to read:

Portland cement concrete shall consist of a mixture of hydraulic cement, fine aggregate, coarse aggregate, and water. It may also contain air-entraining admixtures, chemical admixtures, and supplementary cementitious materials.

The contractor shall determine the mix proportions and shall furnish concrete which conforms to the requirements of the specifications. All concrete shall be sufficiently workable, at the slump proposed by the contractor within the specified range, to allow proper placement of the concrete without harmful segregation, bleeding, or incomplete consolidation. It shall be the responsibility of the contractor to proportion, mix, place, finish, and cure the concrete properly in accordance with the requirements of the specifications.

Page 225 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

1006-2.01 Hydraulic Cement: the second through the fifth paragraphs of the Standard Specifications are revised to read:

Portland cement shall conform to the requirements of ASTM C 150 for Type II, III, or V, and shall be low alkali cement containing not more than 0.60 percent total alkali (Na2O equivalent). Portland-pozzolan cement shall conform to the requirements of ASTM C 595 for blended hydraulic cement with moderate sulfate resistance, Type IP (MS).

Cementitious material is defined as an inorganic material or a mixture of inorganic materials that sets and develops strength by chemical reaction with water by formation of hydrates and is capable of doing so under water. In this specification, cementitious materials are defined as: hydraulic cement (Portland cement or Portland-pozzolan cement) and supplementary cementitious material (Fly Ash, Natural Pozzolan, or Silica Fume).

Hydraulic cement shall be approved prior to its use in accordance with ADOT Materials Policy and Procedure Directive No. 13, "Certification and Acceptance of Hydraulic Cement, Fly Ash, Natural Pozzolan, Silica Fume, and Lime".

1006-2.02 Water: the first sentence of the first paragraph of the Standard Specifications is revised to read:

The water used shall be free of injurious amounts of oil, acid, alkali, clay, vegetable matter, silt, or other harmful matter.

1006-2.03(A) General Requirements: the first paragraph of the Standard Specifications is revised to read: When concrete is to be placed at elevations above 4,500 feet, the fine aggregate and the coarse aggregate shall be subjected to five cycles of the sodium sulfate soundness test, and the weighted percentage loss determined separately for each, in accordance with the requirements of AASHTO T 104. The weighted percentage loss determined for each shall not exceed 10 percent. Tests for soundness may be waived when aggregates from the same source have been approved and the approved test results apply to the current production from that source.

1006-2.03(A) General Requirements: the second paragraph of the Standard Specifications is hereby deleted:

1006-2.03(A) General Requirements: the fifth paragraph of the Standard Specifications is revised to read:

When aggregates are stored on the ground, the sites for the stockpiles shall be level and clear of all vegetation. The bottom one-foot layer of aggregate shall not be disturbed or used.

Page 226 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

1006-2.03(A) General Requirements: "Lightweight particles" in the table of the ninth paragraph of the Standard Specifications is revised to read:

Lightweight particles (Specific gravity less AASHTO T 113 (See Note) than 2.0)

1006-2.03(B) Fine Aggregate: "Lightweight particles" in the table of the second paragraph of the Standard Specifications is revised to read:

AASHTO T 113 1.25% (Except that the percent Lightweight particles (Specific (0.25% Max. of lightweight particles gravity less than 2.0) Coal and shall be reported to the Lignite*) nearest 0.01%.)

1006-2.03(B) Fine Aggregate: the last paragraph of the Standard Specifications is revised to read:

Fine aggregate shall be made into mortar and subjected to testing under AASHTO T 71, except that the mortar shall develop a compressive strength at seven and 28 days of not less than 90 percent of that developed by a mortar prepared in the same manner with the same Type II cement and graded sand conforming to the requirements of ASTM C 778.

1006-2.03(C) Coarse Aggregate: "Lightweight particles" in the table of the second paragraph of the Standard Specifications is revised to read:

AASHTO T 113 1.25% (Except that the percent Lightweight particles (Specific (0.25% Max. of lightweight particles gravity less than 2.0) Coal and shall be reported to the Lignite*) nearest 0.01%.)

Page 227 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

1006-2.04(A) General Requirements: the first paragraph of the Standard Specifications is hereby deleted.

1006-2.04(B) Air-Entraining Admixtures: the first paragraph of the Standard Specifications is revised to read:

Air-entraining admixtures shall conform to the requirements of ASTM C 260.

Air-entraining admixtures shall be approved prior to their use in accordance with ADOT Materials Policy and Procedure Directive No. 2, "Certification and Acceptance of Chemical and Air-Entraining Admixtures for Portland Cement Concrete".

1006-2.04(C) Chemical Admixtures: the first paragraph of the Standard Specifications is revised to read:

Chemical admixtures shall conform to the requirements of ASTM C 494.

Chemical admixtures shall be approved prior to their use in accordance with ADOT Materials Policy and Procedure Directive No. 2, "Certification and Acceptance of Chemical and Air-Entraining Admixtures for Portland Cement Concrete".

1006-2.04(D) Supplementary Cementitious Material (Fly Ash, Natural Pozzolan, and Silica Fume): the first paragraph of the Standard Specifications is revised to read:

Supplementary cementitious materials may be used in addition to hydraulic cement. Supplementary cementitious materials shall be approved prior to their use in accordance with ADOT Materials Policy and Procedure Directive No. 13, "Certification and Acceptance of Hydraulic Cement, Fly Ash, Natural Pozzolan, Silica Fume, and Lime".

1006-2.04(D) Supplementary Cementitious Material (Fly Ash, Natural Pozzolan, and Silica Fume): the last two paragraphs of the Standard Specifications are revised to read:

When a supplementary cementitious material with a calcium oxide content greater than 15 percent is proposed, the hydraulic cement/supplementary cementitious material blend shall be tested for sulfate expansion in accordance with ASTM C 1012. The maximum expansion shall be 0.10 percent at six months.

When either moderate or high sulfate resistant concrete is specified in the Special Provisions, the proposed hydraulic cement/supplementary cementitious material blend shall be tested for sulfate expansion in accordance with ASTM C 1012. When moderate sulfate resistance is specified, the maximum expansion shall be 0.10 percent at six months. When high sulfate resistance is specified, the maximum expansion shall be 0.05 percent at six months or 0.10 percent at one year.

Page 228 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

1006-2.05 Concrete Curing Materials: the second paragraph of the Standard Specifications is revised to read:

Acceptance of concrete curing materials shall be as specified in ADOT Materials Policy and Procedure Directive No. 3, "Curing Compounds".

1006-3.01 Design Criteria: Table 1006-A of the Standard Specifications is revised to read:

TABLE 1006-A

Minimum 28- Cementitious Day Material Content: Maximum Slump Class of Compressive Lbs per Cu Yd Water/Cementitious Range: Concrete Strength Minimum - Maximum Material Ratio Inches Required: psi (See Notes (w/cm): Lb./Lb. (See Note 1) 2, 3, and 4)

B 2,500 470 - 658 None 2,500 3,000 (See Note 5) 520 - 752 0.55 (See 3,500 S Note 6) 4,000 4,500 564 - 752 0.50 Greater than 564 - 800 0.45 4,500 P 4,000 564 - 658 None 0 - 4.5 H High performance concrete as specified in project special provisions.

Note 1: Testing for compressive strength of cylinders for all classes of concrete shall

be in accordance with the requirements of Arizona Test Method 314.

Note 2: A supplementary cementitious material (fly ash, natural pozzolan, or silica fume) conforming to the requirements of Subsection 1006-2.04(D) may be used, as specified in paragraphs (a) through (f) below.

(a) When Portland cement is used, a maximum of 25 percent, by weight of the cementitious material, may be an approved fly ash or natural pozzolan, except as specified in paragraphs (d), (e), and (f) below.

(b) When Portland-pozzolan cement [Type lP (MS)] is used, fly ash or natural

pozzolan is not allowed, except as specified in paragraphs (d), (e), and (f) below.

Page 229 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(c) When silica fume is used, a maximum of 10 percent, by weight of either

Portland cement or Portland-pozzolan cement, may be used.

(d) When a compressive strength greater than 4,500 psi is required, supplementary cementitious material may be added in excess of the maximum

cementitious material content. Fly ash or natural pozzolan may exceed 25 percent, by weight of the cementitious material, if approved by the Engineer.

(e) When increased sulfate resistance is specified, the required amount of fly ash or natural pozzolan shall be incorporated into the concrete and may exceed 25 percent, by weight of the cementitious material.

(f) For Class S concrete used in bridge decks, a minimum of 20 percent, by weight of the cementitious material, must be an approved Class F fly ash or natural pozzolan, unless otherwise approved by the Engineer.

Note 3: For any concrete mix, other than for precast and/or prestressed bridge members, with a Portland cement content greater than 545 pounds per cubic yard,

one of the options specified in paragraphs (a) through (e) below for the mitigation of a potential alkali silica reaction (ASR) shall be used:

(a) A minimum of 20 percent Class F fly ash or natural pozzolan, by weight of the cementitious material, shall be used. The Class F fly ash or natural pozzolan shall have a calcium oxide content of 15 percent or less.

(b) Instead of using Portland cement, Type IP (MS) Portland-pozzolan cement with a Class F fly ash or natural pozzolan content of at least 20 percent, by

weight of the cementitious material, shall be used. The Class F fly ash or natural pozzolan shall have a calcium oxide content of 15 percent or less.

(c) Limit the total alkali (Na O equivalent) to a maximum of 3.00 pounds per 2 cubic yard of concrete, when calculated as follows:

Pounds of Portland   Na2O equivalent (%) cement per cubic  x   Pounds of total  in Portand cement   yard of concrete    alkali per cubic       100 yard of concrete  

(d) Introduce a lithium nitrate admixture, which has been approved by the Engineer, at a minimum dosage of 0.55 gallons of 30 percent lithium nitrate solution

per pound of total alkali (Na2O equivalent) per cubic yard of concrete. The required amount of lithium nitrate is calculated as follows:

Page 230 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Pounds of    Portland cement  Na2O equivalent (%)   x   Required gallons  per cubic yard in Portand cement    of 30 percent  of concrete       x (0.55) lithium nitrate  100   solution 

(e) The coarse aggregate and the fine aggregate shall be tested separately in accordance with ASTM C 1260 to determine the potential for alkali silica reaction (ASR). When aggregates show the potential for ASR, as indicated by expansions of

0.10% or greater at 16 days after casting, sufficient mitigation for the expansion shall be determined in accordance with ASTM C 1567. The use of fly ash or natural pozzolan may exceed 25 percent, by weight of the cementitious material.

Note 4: Unless otherwise specified, the cementitious material content shall be as

shown.

Note 5: Unless otherwise shown on the plans.

Note 6: The proposed slump shall be chosen by the contractor. Concrete at the proposed slump shall be sufficiently workable to allow proper placement without

harmful segregation, bleeding, or incomplete consolidation.

1006-3.01 Design Criteria: the second, third, and fourth paragraphs of the Standard Specifications are revised to read:

Air-entraining admixtures will be required for all classes of concrete placed at an elevation of 3,000 feet or above. The air content of the concrete mixture at the point of placement shall not be less than four percent nor more than seven percent by volume. Where freeze-thaw durability is of concern (such as in bridge decks, overlays, approach slabs, and barrier walls) and the potential for air loss is expected during placement, the range for acceptable air content, when sampled at the truck in accordance with Subsection 1006-7.02, shall be increased to not less than five percent nor more than eight percent. However, no air- entrainment will be required for minor precast structures, precast pipe, and precast, prestressed structural members supporting a concrete deck slab or impervious overlay. Also, no air-entrainment will be required for any precast items constructed using the dry pack or no-slump method.

For elevations below 3,000 feet, air-entraining admixtures may be used at the option of the contractor. If air-entraining admixtures are used, the air content of the concrete mixture at the point of placement shall not exceed seven percent by volume.

Page 231 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Concrete that fails to conform to the air content requirements listed above for the respective elevation as determined by the Engineer, shall be rejected prior to placement.

1006-3.01 Design Criteria: the first and second sentences of the sixth paragraph of the Standard Specifications are revised to read:

The coarse aggregate size designation for Class S or Class B concrete shall be chosen by the contractor and approved by the Engineer and shall conform to the size designation and grading requirements of AASHTO M 43. In choosing the size designation, the maximum size of coarse aggregate shall not be larger than one fifth of the narrowest dimension between the sides of adjacent forms, or two thirds of the minimum clear spacing between reinforcing bars, or two thirds of the minimum clear spacing between reinforcing bars and the sides of adjacent forms, or one third of the depth of the slab, whichever is least.

1006-3.01 Design Criteria: the first sentence of the seventh paragraph of the Standard Specifications is revised to read:

Coarse aggregate for Class P concrete used to construct Portland cement concrete pavement without load transfer dowels shall be separated into two or more stockpiles.

1006-3.02 Design Procedures: the first paragraph of the Standard Specifications is revised to read:

At least two weeks prior to the appropriate concreting operation, the contractor shall furnish a mix design for each class of concrete and each strength of Class S concrete for review and approval. More than one mix design for each class of concrete and each strength of Class S concrete may be submitted for approval provided specific items and locations of intended uses accompany the mix design. The contractor shall substantiate each mix design by furnishing test data and providing all details of the mixtures proposed for use. Mix designs, for other than precast or prestressed concrete, shall be prepared by or under the direction of, and signed by, a registered professional engineer, a NICET Level III or higher certified technician in the concrete subfield, a NRMCA Level 3 Certified Concrete Technologist, or an ACI certified Concrete Laboratory Testing Technician Level 2 or Grade II. Mix designs for precast or prestressed concrete shall be prepared by or under the direct supervision of, and signed by, either one of the individuals listed above or a PCI Quality Control Technician/Inspector Level II or higher. Individuals preparing and submitting mix designs shall have experience in the development of mix designs and mix design testing for the respective type of concrete.

1006-3.02 Design Procedures: the second and third paragraphs of the Standard Specifications are revised to read:

The complete solid volume mix designs submitted for approval shall include all weights and volumes of all ingredients. The brand, type, and source of hydraulic cement and admixtures, the coarse aggregate size number designation, source of aggregates, the

Page 232 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T specific gravities of all ingredients, the proposed slump, the water/cementitious material ratio, a product code to identify the mix design, and the intended use of each mix design shall be an integral part of each mix design.

The use of new and previously used mix designs, and the requirements for trial batches, will be as required by ADOT Materials Policy and Procedure Directive No. 15, “Submittal and Approval of Portland Cement Concrete Mix Designs”.

1006-4.01 General Requirements: of the Standard Specifications is revised to read:

The contractor may obtain concrete for each class of concrete and for each strength of Class S concrete from a source approved by the Engineer in lieu of establishing a batch plant at the project site.

For each class of concrete and each strength of Class S concrete, except for Class P concrete produced in a batch plant at the site and used exclusively for Class P work, the contractor shall furnish a delivery ticket for each batch of concrete. The minimum information to be shown on each delivery ticket shall be the date, time batched, truck identification number, name or identification of batch plant, name of contractor, name and location of project, the quantity of concrete, the batch weights/volumes or mix design product code, the amount of permissible additional water to meet the design water/cementitious material ratio, and the number of revolutions that the concrete has been mixed at mixing speed in a truck mixer. An authorized representative of the contractor shall be responsible for each delivery ticket and shall sign each delivery ticket accepting the contractor's responsibility for the concrete. The representative shall immediately furnish the delivery ticket to the Engineer.

When requested by the Engineer, the contractor shall supply a separate record for each batch of concrete which shows the batch weight/volume of each individual ingredient.

1006-4.02(A) Hydraulic Cement: the last sentence of the first paragraph of the Standard Specifications is hereby deleted:

1006-4.03(A) General Requirements: the last sentence of the first paragraph of the Standard Specifications is revised to read:

Concrete may be mixed in a mobile mixer at the site for Class S or Class B concrete, provided written permission of the Engineer is granted.

Page 233 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

1006-4.03(B) Mixing in a Stationary Mixer: the last sentence of the third paragraph of the Standard Specifications is revised to read:

The mixing time shall be not less than 60 seconds for one cubic yard and shall be increased 15 seconds for each additional cubic yard or fraction thereof for Class S or Class B concrete.

1006-4.03(C) Mixing in Truck Mixers: the first sentence of the last paragraph of the Standard Specifications is revised to read:

If additional mixing water is required to maintain the mix design water/cementitious material ratio, the concrete shall be mixed by a minimum of 30 revolutions of the drum at mixing speed after the water has been added, prior to discharge of any concrete for placement.

1006-4.03(D) Mixing in Mobile Mixers: of the Standard Specifications is revised to read:

Concrete mixing in mobile mixers for Class S or Class B concrete shall be performed in accordance with the requirements of AASHTO M 241.

1006-4.04 Consistency: the second paragraph of the Standard Specifications is revised to read:

The contractor shall furnish Class S and Class B concrete having the slump shown on the approved mix design, with a permissible variation of  one inch when the slump shown on the approved mix design is four inches or less, and a permissible variation of  1½ inches when the slump shown on the approved mix design is greater than four inches. However, when an approved high range water reducing chemical admixture (ASTM C 494, Type F or Type G) conforming to the requirements of Subsection 1006-2.04 is used, the permissible variation will be  two inches, regardless of the slump shown on the approved mix design.

1006-5 Weather Limitations: the title of the Standard Specifications is revised to read:

1006-5 Concrete Temperature and Weather Limitations:

1006-5.01 General Requirements: of the Standard Specifications is revised to read:

The temperature of the concrete mixture immediately before placement shall not be less than 50 degrees F nor greater than 90 degrees F. Concrete that fails to conform to this temperature requirement shall be rejected prior to placement.

Page 234 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Under rainy conditions, placing of concrete shall be stopped before the quantity of surface water is sufficient to cause a flow or wash of the concrete surface or have a detrimental effect on the finished concrete and acceptance parameters.

Placing of concrete shall immediately cease if the hauling vehicles or any equipment or pedestrian traffic tracks mud on the prepared base or changes the allowable subgrade dimensional tolerances for Class P concrete and slabs placed on subgrade for Class S or Class B concrete.

1006-5.02 Hot Weather Concreting: of the Standard Specifications is revised to read:

Forms, subgrade, and reinforcing steel shall be sprinkled with cool water just prior to the placement of concrete.

Mix water may be cooled by refrigeration, liquid nitrogen, or well-crushed ice of a size that will melt completely during the mixing operation. If crushed ice is used, it shall be substituted for part of the mix water on a pound for pound basis.

1006-5.03 Cold Weather Concreting: of the Standard Specifications is revised to read:

Concrete shall not be placed on or against ice-coated forms, reinforcing steel, structural steel, conduits, or construction joints; nor on or against snow, ice, or frozen earth materials. Immediately prior to placing concrete, the temperature of forms, reinforcing steel, earthen material, or any other material that will come in contact with the freshly placed concrete shall be a minimum temperature of 40 degrees F. If artificial heat is used to adjust the temperature of the items that will come in contact with the freshly mixed concrete, the temperature of these items shall not exceed 10 degrees F greater than that of the concrete being placed.

Concrete operations shall be discontinued when a descending ambient temperature in the shade and away from artificial heat falls below 40 degrees F. Concrete operations shall not be resumed until an ascending ambient temperature in the shade and away from artificial heat exceeds 35 degrees F unless otherwise approved by the Engineer.

Mixing and placing concrete shall continue no later in any day than that time which will allow sufficient time to place and protect the concrete already poured before the ambient temperature drops to 35 degrees F.

Concrete shall be protected in a manner to maintain all concrete surface temperatures at not less than 50 degrees F for a period of 72 hours after placement and at not less than 40 degrees F for an additional 96 hours.

Page 235 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

The contractor may use equipment to heat the aggregates or water, or both, prior to mixing. If aggregates are heated, the minimum temperature of the heated aggregate shall be 60 degrees F and the aggregates shall have no chunks of ice or frozen aggregate present. Equipment used to heat the aggregates shall be such that consistent temperatures are obtained throughout the aggregate within each batch and from one batch to another. Water shall not be heated in excess of 150 degrees F unless the water is mixed with the aggregate prior to the addition of cement to the batch. During the heating or mixing process, cement shall not be added to water and aggregate combinations which exceed 100 degrees F.

When weather forecasts indicate a probability that ambient temperatures will fall below 35 degrees F during the placement or curing periods, the contractor shall submit a cold weather concreting plan to the Engineer for approval prior to concrete placement. The cold weather concreting plan shall detail methods and equipment which will be used to ensure that the required concrete temperatures are maintained. The contractor shall provide adequate cold weather protection in the form of insulation and/or heated enclosures to protect the concrete after placement. For bridge decks and suspended structures, the cold weather concreting plan shall include protection measures for both the top and bottom surfaces of the concrete. This protection shall maintain concrete surface temperatures as specified above at all locations in the structure. When artificial heating is required, the heating units shall not locally heat or dry the surface of the concrete.

When a cold weather concreting plan is required, the Engineer may require concrete temperatures to be measured and continuously recorded by the use of temperature sensing devices during the entire curing period. The contractor shall provide the temperature sensing devices and recording instruments. The contractor shall install temperature sensing devices near the surface of the concrete at locations and depths designated by the Engineer. When concrete is placed on a bridge deck or suspended structure, both the bottom surface and the top surface shall be monitored with temperature sensing devices. Temperature sensing devices and recording instruments shall be approved by the Engineer. The contractor shall continuously monitor the concrete temperature and provide the recorded data to the Engineer at any time upon request.

If the surface concrete temperature at any location in the structure falls below 35 degrees F during the curing period, the Engineer may direct the contractor to core the areas in question at the locations indicated by the Engineer. The contractor shall submit the cores to a petrographer for examination in accordance with ASTM C 856. Concrete damaged by frost, as determined by the petrographer, shall be removed and replaced at no additional cost to the Department. All costs associated with coring, transmittal of cores, and petrographic examination shall be borne by the contractor regardless of the outcome of the petrographic examination. The placing of concrete will not be permitted until the Engineer is satisfied that all the necessary protection equipment and materials are on hand at the site and in satisfactory working condition.

Page 236 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Concrete requiring cold weather protection shall have such protection removed at the end of the required curing period in such a manner that will permit a gradual drop in the concrete temperatures.

1006-7.01 General: the second paragraph of the Standard Specifications is revised to read:

Rejection of concrete will also occur due to insufficient compressive strength. Concrete compressive strength requirements consist of the specified strength which the concrete shall attain before various loads or stresses are applied and a minimum strength at 28 days.

1006-7.01 General: the last sentence of the third paragraph of the Standard Specifications is revised to read:

Sampling and testing for compressive strength will be performed on all classes of concrete furnished, including each strength specified on the project plans for Class S concrete.

1006-7.02 Sampling and Testing of Concrete: the first sentence of item (1) of the second paragraph of the Standard Specifications is revised to read:

(1) Concrete for Class S or Class B shall be sampled only once during discharge in the middle portion of the batch.

1006-7.02 Sampling and Testing of Concrete: the third paragraph of the Standard Specifications is revised to read:

Concrete pumped to facilitate placement will be sampled for acceptance at the final point of placement. Samples will be taken during continuous discharge of concrete that has been pumped beyond the pump hopper without interruption at the normal production rate. Where freeze-thaw durability is of concern (such as in bridge decks, overlays, approach slabs, and barrier walls), the concrete shall also be sampled at the truck to determine air loss through the pump. In accordance with Subsection 601-3.03(C), if the loss of air as measured between the supply truck and the point of placement exceeds two percent, the contractor shall employ measures acceptable to the Engineer to reduce the loss of air to less than two percent. If sampling at the point of placement is not practical, as determined by the Engineer, or creates a safety concern, the concrete shall be sampled for acceptance at the truck. When acceptance sampling can only be performed at the truck, the acceptable range of air content of the supplied mix will be adjusted to not less than five percent nor more than eight percent in accordance with Subsection 1006-3.01.

1006-7.02 Sampling and Testing of Concrete: of the Standard Specifications is modified to add:

If approved by the Engineer, and unless otherwise specified, Arizona Test Method 318 may be used to estimate concrete strength by the maturity method. The maturity method shall

Page 237 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T not substitute for compressive strength acceptance testing (28-day test cylinder breaks). The contractor shall submit a written request to the Engineer prior to using the maturity method. If its use is approved by the Engineer, the contractor shall be responsible to develop the strength-maturity relationship and shall also be responsible to provide the maturity meter(s) and digital data loggers necessary, as well as performing all required testing, all at no additional cost to the Department.

1006-7.03(A) Class S and Class B Concrete: of the Standard Specifications is revised to read:

For Class S concrete with a compressive strength requirement less than 4000 psi, a sample of concrete for the required tests, as specified in Subsection 1006-7.02, will be taken on a daily basis for each 100 cubic yards, or fraction thereof, of continuously placed concrete from each batch plant. For Class S concrete with a compressive strength requirement equal to or greater than 4000 psi, a sample of concrete for the required tests, as specified in Subsection 1006-7.02, will be taken on a daily basis for each 50 cubic yards, or fraction thereof, of continuously placed concrete from each batch plant. For Class B concrete, a sample of concrete for the required tests, as specified in Subsection 1006-7.02, will be taken for each 100 cubic yards placed from each batch plant. For Class S or Class B concrete placed at elevations of 3,000 feet or above, air content testing shall be performed for each 50 cubic yards placed, regardless of the compressive strength requirement. An additional sample or samples for any of the required tests may be taken at an interval of less than the sampling frequency specified above, at the discretion of the Engineer, on any batch or load of concrete. A sample for the required tests on daily placements of 10 cubic yards or less may be taken at the discretion of the Engineer.

1006-7.03(B) Class E Concrete: of the Standard Specifications is revised to read:

1006-7.03(B) BLANK

1006-7.06(A) Class P Concrete: the fourth sentence of the second paragraph of the Standard Specifications is revised to read:

Cores must be obtained under the observation of an ADOT representative and delivered to the Engineer in time to allow complete testing within 48 days of placement. Testing shall be performed by the Department.

1006-7.06(B) Class S and Class B Concrete: the second paragraph of the Standard Specifications is revised to read:

Concrete failing to meet at least 85 percent of the 28-day compressive strength for specified strengths of 3,000 pounds per square inch and below, 90 percent for a specified strength of 3,500 pounds per square inch, or 95 percent for specified strengths of 4,000 pounds per square inch and above, or any concrete failing to meet the other requirements of Subsection 1006-7.01, will be rejected and removed at no additional cost to the Department and

Page 238 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T replaced with concrete which meets the specified requirements, unless the contractor can submit evidence that will indicate to the Engineer that the strength and quality of the concrete is such that the concrete should be considered acceptable and be allowed to remain in place.

1006-7.06(B) Class S and Class B Concrete: the third sentence of the last paragraph of the Standard Specifications is revised to read:

All cores shall be obtained and tested in accordance with the requirements of Arizona Test Method 317. Testing shall be performed by the Department.

1006-7.06(C) Class E Concrete: of the Standard Specifications is revised to read:

1006-7.06(C) BLANK

(1007REFS, 11/05/13)

SECTION 1007 - RETROREFLECTIVE SHEETING:

1007-1 General Requirements: the last two sentences of the first paragraph of the Standard Specifications are revised to read:

Sheeting shall conform to criteria listed in the most current version of ASTM D 4956 for the applicable type and class, unless otherwise specified.

1007-2 Material Types: of the Standard Specifications is revised to read:

Sheeting for permanent warning signs, regulatory signs, and overhead-mounted guide signs, including all sign legends and borders, shall be ASTM Type XI.

Sheeting for all warning signs with yellow backgrounds shall be Type XI fluorescent retroreflective yellow.

Sheeting for information signs, ground-mounted guide signs, and marker signs, including all sign legends and borders, shall be ASTM Type IX or XI.

Sheeting for permanent object markers and delineators on a rigid substrate with yellow backgrounds, including guardrail end treatments, guardrail markers, rigid delineators, and impact attenuators, shall be Type XI fluorescent retroreflective yellow.

Sheeting for permanent object markers and delineators on a rigid substrate in colors other than yellow, including guardrail end treatments, guardrail markers, rigid delineators, and impact attenuators, shall be ASTM Type IX or XI.

Page 239 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Sheeting for object markers and delineators on a flexible or plastic substrate, including flexible delineators and sand barrels, shall be ASTM Type VIII, IX or XI.

For temporary regulatory and guide signs on a rigid substrate with fluorescent retroreflective orange sheeting, ASTM sheeting Types VIII, IX, or XI shall be used.

For temporary regulatory and guide signs on a rigid substrate in colors other than fluorescent retroreflective orange, ASTM sheeting Types IV, VIII, IX, or XI shall be used.

For retroreflective orange temporary signs on a flexible or roll-up substrate, ASTM Type VI sheeting shall be used.

All temporary signs (rigid, flexible, or roll-up) with orange backgrounds shall use fluorescent retroreflective orange sheeting, except that non-reflective sign materials may be used for temporary signs where the signs will be clearly visible under available natural light.

For barricades and other temporary channelizing devices, ASTM sheeting Types IV, VIII, IX, or XI shall be used. Sheeting for Adopt-A-Highway signs shall be ASTM Type I, IV, or XI.

Logo signs shall be ASTM Type I, IX, or XI.

When more than one sheeting type is allowed, the contractor may use any of the types listed, provided that materials used for a particular application shall be of the same ASTM type, manufacturer, and product for all signs of the same type in the project.

Opaque films used with sheeting shall be acrylic type films.

Direct-applied and demountable black characters shall be non-reflective.

1007-3 Visual Appearance, Luminance and Color Requirements: of the Standard Specifications is revised to read:

Except as specified herein, the color of the sheeting, ink or film shall conform to the ADOT Manual of Approved Signs, the Manual on Uniform Traffic Control Devices (MUTCD), and the plans.

All sheeting, inks and film used shall be uniformly colored so there is no visual variation in their appearance on the same sign or from sign to sign of the same colors.

Standard colors specified for sheeting, processing inks, and films shall, as applicable, match visually and be within the color tolerance limits required by Highway Tolerance Charts issued by the Federal Highway Administration. Additionally, for the retroreflective sheeting, unless otherwise noted, the Luminance Factor (Daytime Luminance) and Color Specification Limits (Daytime) shall conform to the applicable requirements of ASTM D 4956.

Page 240 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

In addition to the luminance and color requirements, fluorescent orange sheeting and fluorescent yellow sheeting shall have the capacity to effectively fluoresce outdoors under low light conditions. For all applications requiring fluorescent orange sheeting or fluorescent yellow sheeting, the contractor shall provide a letter to the Engineer from the manufacturer certifying that the sheeting to be used is fluorescent.

1007-6 Adhesive: the first paragraph of the Standard Specifications is revised to read:

Reflective sheeting and film adhesives shall be Class I as specified in ASTM D 4956 and as modified herein.

1007-6 Adhesive: the third paragraph of the Standard Specifications is hereby deleted:

1007-8 Durability Requirements: the second and third paragraphs of the Standard Specifications are revised to read:

Sheeting shall be weather-tested as specified above in Subsection 1007-7. Sheeting weather-testing periods and durability ratings shall be as specified in Table 1007-8. In all cases, the related inks and films shall be tested along with the respective sheeting, and shall be subject to the same durability requirements as the sheeting.

TABLE 1007-8 ASTM Sheeting Color Weather-testing Durability Type period, months rating, years XI Fluorescent yellow 42 7 XI Fluorescent orange 18 3 XI All other colors 60 10 IX Fluorescent orange 18 3 IX All other colors 60 10 VIII Fluorescent orange 18 3 VIII All other colors 30 5 VI Fluorescent orange 18 3 IV All colors 30 5 I All colors 30 5

Page 241 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

(1012GRDRL, 01/25/18) SECTION 1012 GUARDRAIL MATERIALS: of the Standard Specifications is revised to read:

1012-1 General Requirements:

Certificates of Compliance conforming to the requirements of Subsection 106.05 shall be submitted.

References to ARTBA in this section shall hereinafter refer to AASHTO-AGC-ARTBA "A GUIDE TO STANDARDIZED HIGHWAY BARRIER HARDWARE". ARTBA hardware drawings and specifications are available at the Roadway Engineering web site.

1012-2 Fasteners, Rail Elements, Posts, and Blockouts:

Guardrail fasteners, rail elements, posts, blockouts, and other components shall conform to the requirements of ARTBA. Rail elements shall be galvanized after fabrication, with fabrication to include forming, cutting, shearing, punching, drilling, bending, welding, and riveting. Unless otherwise specified, all surfaces of guardrail elements which are exposed to traffic shall present a uniform, pleasing appearance and shall be free of scars, stains or corrosion. 1012-3 Miscellaneous Materials:

Nails shall be 16-penny common, galvanized. Nails for retainer strap shall be 10-penny common, galvanized.

Nuts, bolts, and washers to be used in installations for which the details are not shown on the plans nor in the ARTBA publication shall conform to the requirements of ASTM F 568 or A 307; be galvanized in accordance with the requirements of ASTM A 153, Class C; and conform to the dimensional requirements of the American National Standards Institute.

Structural steel shapes, plates, bars and strips used in fabrication of hardware and all miscellaneous steel shall conform to the requirements of ASTM A 36 and shall be galvanized in conformance with the appropriate requirements of AASHTO M 111 and M 232. They shall meet the dimensional requirements of The American Institute of Steel Construction.

Round and square structural steel tubing shall conform to the material requirements of either ASTM A 500 or A 501 and shall be galvanized in accordance with the requirements of AASHTO M 180, Type 1.

Where galvanizing has been damaged, the coating shall be repaired by applying two coats of zinc-rich primer conforming to the requirements of Section 1002.

Page 242 of 248 Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

1012-4 Timber Guardrail, Posts and Blockouts:

Timber for posts and blockouts shall be rough sawn (unplaned) or S4S with the nominal dimensions indicated. Any species or group of woods graded in accordance with the requirements for Timber and Posts of the Western Wood Products Association may be used.

Timber shall be No. 1 or better, and the stress grade shall be 1,200 pounds per square inch or higher.

At the time of installation, the dimensions of timber posts and blockouts shall vary no more than ± 1/2 inch from the nominal dimensions as hereinbefore specified.

The size tolerance of rough sawn blockouts in the direction of the bolt holes shall vary no more than ± 3/8 inch. Only one type of post and blockout shall be used for any one continuous length of guardrail.

All timber shall have a preservative treatment in accordance with the requirements of AASHTO M 133, American Wood Protection Association (AWPA) Standard U1 “Commodity Specification B: Posts”, and AWPA Standard T1.

(1014FAB, 5/07/13)

SECTION 1014 GEOSYNTHETICS:

1014-1 General Requirements: the third sentence of the fourth paragraph of the Standard Specifications is revised to read:

Samples shall be a minimum of six feet long by the full roll width.

1014-2 Pavement Fabric: "Weight: oz./sq. yd.", "Asphalt Retention: gal./sq. yd." , and the footnote in the table of the first paragraph of the Standard Specifications are revised to read:

Property Requirement Test Method Weight: oz./sq. yd. 4.0 - 6.0 ASTM D 3776

Asphalt Retention: gal./sq. yd. 0.2 minimum ASTM D 6140 * Minimum - Average value in weaker principal direction. All numerical values represent minimum average roll values, i.e., the average test result in the weaker principle direction for a lot shall meet or exceed the minimum values listed when sampled according to ASTM D 4354 and tested according to the test method specified above.

Page 243 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

1014-2 Pavement Fabric: the last sentence of the last paragraph of the Standard Specifications is hereby deleted:

1014-3 Geogrid: the last sentence of the last paragraph of the Standard Specifications is hereby deleted:

1014-4.01(A) Nonwoven: of the Standard Specifications is revised to read:

Low survivability, nonwoven separation fabric shall meet the following physical requirements:

Requirement Property Test Method (Average Roll Value) (1) Grab Tensile Strength: lbs. 90 min. ASTM D 4632 Grab Elongation at Break: % 45 min., 115 max. (2) ASTM D 4632 Puncture Strength: lbs. 30 min. ASTM D 4833 Burst Strength: psi 130 min. ASTM D 3786 Trapezoidal Tear: lbs. 30 min. ASTM D 4533 Permittivity: second-1 0.07 min. ASTM D 4491 Apparent Opening Size: 30 – 140 ASTM D 4751 U.S. Standard sieve size Ultraviolet Stability: % 70 min. ASTM D 4355

(1) Average roll values represent the average test results for a lot in the weaker direction when sampled according to ASTM D 4354 and tested according to the test method specified above.

(2) If the average grab elongation of the fabric is greater than 115 percent at break, the elongation will be acceptable if the grab tensile strength requirement is met prior to or at 115 percent elongation.

1014-4.02(A) Non-woven: of the Standard Specifications is revised to read:

Moderate survivability, nonwoven separation fabric shall meet the following physical requirements:

Requirement Property Test Method (Average Roll Value) (1) Grab Tensile Strength: lbs. 140 min. ASTM D 4632 Grab Elongation at Break: % 45 min., 115 max. (2) ASTM D 4632 Puncture Strength: lbs. 50 min. ASTM D 4833 Burst Strength: psi 210 min. ASTM D 3786 Trapezoidal Tear: lbs. 40 min. ASTM D 4533

Page 244 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Permittivity: second-1 0.07 min. ASTM D 4491 Apparent Opening Size: 30 – 140 ASTM D 4751 U.S. Standard sieve size Ultraviolet Stability: % 70 min. ASTM D 4355

(1) Average roll values represent the average test results for a lot in the weaker direction when sampled according to ASTM D 4354 and tested according to the test method specified above.

(2) If the average grab elongation of the fabric is greater than 115 percent at break, the elongation will be acceptable if the grab tensile strength requirement is met prior to or at 115 percent elongation.

1014-4.03(A) Nonwoven: of the Standard Specifications is revised to read:

High survivability, nonwoven separation fabric shall meet the following physical requirements:

Requirement Property Test Method (Average Roll Value) (1) Grab Tensile Strength: lbs. 200 min. ASTM D 4632 Grab Elongation at Break: % 45 min., 115 max. (2) ASTM D 4632 Puncture Strength: lbs. 75 min. ASTM D 4833 Burst Strength: psi 320 min. ASTM D 3786 Trapezoidal Tear: lbs. 50 min. ASTM D 4533 Permittivity: second-1 0.07 min. ASTM D 4491 Apparent Opening Size: 30 – 140 ASTM D 4751 U.S. Standard sieve size Ultraviolet Stability: % 70 min. ASTM D 4355

(1) Average roll values represent the average test results for a lot in the weaker direction when sampled according to ASTM D 4354 and tested according to the test method specified above.

(2) If the average grab elongation of the fabric is greater than 115 percent at break, the elongation will be acceptable if the grab tensile strength requirement is met prior to or at 115 percent elongation.

1014-4.04(A) Nonwoven: of the Standard Specifications is revised to read:

Very high survivability, nonwoven separation fabric shall meet the following physical requirements:

Page 245 of 248 Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Requirement Property Test Method (Average Roll Value) (1) Grab Tensile Strength: lbs. 270 min. ASTM D 4632 Grab Elongation at Break: % 45 min., 115 max. (2) ASTM D 4632 Puncture Strength: lbs. 110 min. ASTM D 4833 Burst Strength: psi 430 min. ASTM D 3786 Trapezoidal Tear: lbs. 75 min. ASTM D 4533 Permittivity: second-1 0.07 min. ASTM D 4491 Apparent Opening Size: 30 – 140 ASTM D 4751 U.S. Standard sieve size Ultraviolet Stability: % 70 min. ASTM D 4355

(1) Average roll values represent the average test results for a lot in the weaker direction when sampled according to ASTM D 4354 and tested according to the test method specified above.

(2) If the average grab elongation of the fabric is greater than 115 percent at break, the elongation will be acceptable if the grab tensile strength requirement is met prior to or at 115 percent elongation.

1014-4.04(B) Woven: of the Standard Specifications is revised to read:

Very high survivability, woven separation fabric shall meet the following physical requirements:

Requirement Property Test Method (Average Roll Value) (1) Grab Tensile Strength: lbs. 340 min. ASTM D 4632 Grab Elongation at Break: % 13 Min., 115 Max. (2) ASTM D 4632 Puncture Strength: lbs. 130 min. ASTM D 4833 Burst Strength: psi 500 min. ASTM D 3786 Trapezoidal Tear: lbs. 90 min. ASTM D 4533 Permittivity: second-1 0.07 min. ASTM D 4491 Apparent Opening Size: 30 – 140 ASTM D 4751 U.S. Standard sieve size Ultraviolet Stability: % 70 min. ASTM D 4355

(1) Average roll values represent the average test results for a lot in the weaker direction when sampled according to ASTM D 4354 and tested according to the test method specified above.

(2) If the average grab elongation of the fabric is greater than 115 percent at break, the elongation will be acceptable if the grab tensile strength requirement is met prior to or at 115 percent elongation.

Page 246 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

1014-6.02 Geocomposite Wall Drain Fabric: of the Standard Specifications is revised to read:

The geotextile wall drain fabric shall be laminated onto or adhere to the side of the drainage core which will face the backfill. The geotextile fabric shall be a non-woven polyester or polypropylene fabric meeting the following physical requirements:

Requirement Property Test Method (Average Roll Value) (1) Weight: oz./sq. yd. 4.0 min. ASTM D 3776 Grab Tensile Strength: lbs. 90 min. ASTM D 4632 Grab Elongation at Break: % 35 min.,115 max. (2) ASTM D 4632 Mullen Burst Strength: psi 140 min. ASTM D 3786 Trapezoidal Tear: lbs. 30 min. ASTM D 4533 Puncture Strength: lbs. 30 min. ASTM D 4833 Apparent Opening Size: 30 – 140 ASTM D 4751 U.S. Standard sieve size Permittivity: second-1 0.50 min. ASTM D 4491 Ultraviolet Stability: % 70 min. ASTM D 4355

(1) Average roll values represent the average test results for a lot in the weaker direction when sampled according to ASTM D 4354 and tested according to the test method specified above.

(2) If the average grab elongation of the fabric is greater than 115 percent at break, the elongation will be acceptable if the grab tensile strength requirement is met prior to or at 115 percent elongation.

A minimum three-inch wide flap of geotextile fabric shall extend beyond both longitudinal edges of the geocomposite core. The geotextile fabric shall cover the full length of the core.

1014-7.02 Geocomposite Edge Drain Fabric: of the Standard Specifications is revised to read:

The geotextile edge drain fabric shall completely wrap around the drainage core material in a snug manner and may be permanently bonded to the core. The geotextile fabric shall be a non-woven polyester or polypropylene fabric meeting the following physical requirements:

Requirement Property Test Method (Average Roll Value) (1) Weight: oz./sq. yd. 4.0 min. ASTM D 3776 Grab Tensile Strength: lbs. 90 min. ASTM D 4632 Grab Elongation at Break: % 35 min., 115 max. (2) ASTM D 4632 Mullen Burst Strength: psi 140 min. ASTM D 3786

Page 247 of 248

Contracts & Specifications Special Provisions FJ / WSP 260 AP 394 H8269 01C February 2020 260-C(204)T

Trapezoidal Tear: lbs. 30 min. ASTM D 4533 Puncture Strength: lbs. 30 min. ASTM D 4833 Apparent Opening Size: 30 – 140 ASTM D 4751 U.S. Standard sieve size Permittivity: second-1 0.50 min. ASTM D 4491 Ultraviolet Stability: % 70 min. ASTM D 4355

(1) Average roll values represent the average test results for a lot in the weaker direction when sampled according to ASTM D 4354 and tested according to the test method specified above. (2) If the average grab elongation of the fabric is greater than 115 percent at break, the elongation will be acceptable if the grab tensile strength requirement is met prior to or at 115 percent elongation.

1014-8 Temporary Silt Fence Fabric: the last two paragraphs of the Standard Specifications are revised to read:

The fabric shall meet the following physical requirements:

Requirement Property Test Method (Average Roll Value) (1) Grab Tensile Strength: lbs. 100 min. ASTM D 4632 Elongation at 50 % of min. 50 max. ASTM D 4632 tensile strength (60 lb.): % Permittivity: second-1 0.05 min. ASTM D 4491 Apparent Opening Size: 30 max. ASTM D 4751 U.S. Standard sieve size Ultraviolet Stability: % 70 min. ASTM D 4355 (1) Average roll values represent the average test results for a lot in the weaker direction when sampled according to ASTM D 4354 and tested according to the test method specified above.

Page 248 of 248 APPENDIX A

Section 404 Individual Permit and Individual Section 401 Certification

LOS ANGELES DISTRICT U.S. ARMY CORPS OF ENGINEERS

DEPARTMENT OF THE ARMY PERMIT

Pe rmit Numbe r: SPL-2014-00173-JMR Name of Permittee: Matt Moul, Arizona Department of Transportation Date of Issuance: June 21, 2019

Date work in waters of the U.S. will commence: ______Estimated construction period (in weeks): ______Name & phone of contractor (if any): ______

Please note that your permitted activity is subject to a compliance inspection by an Army Corps of Engineers representative. If you fail to comply with this permit you may be subject to permit suspension, modification, or revocation.

I hereby certify that I, and the contractor (if applicable), have read and agree to comply with the terms and conditions of the above referenced permit.

______Signature of Permittee Date

At least ten (10) days prior to the commencement of the activity authorized by this permit, sign this certification and return it using any ONE of the following (2) methods:

(1) E-MAIL a statement including all the above information to: [email protected] OR (2) MAIL to the following address: U.S. Army Corps of Engineers Regulatory Division ATTN: CESPL-RG-SPL-2014-00173-JMR 3636 North Central Avenue Suite 900 Phoenix, AZ 85012-1939

LOS ANGELES DISTRICT U.S. ARMY CORPS OF ENGINEERS

NOTIFICATION OF COMPLETION OF WORK AND CERTIFICATION OF COMPLIANCE WITH DEPARTMENT OF THE ARMY PERMIT

Pe rmit Numbe r: SPL-2014-00173-JMR Name of Permittee: Matt Moul, Arizona Department of Transportation Date of Issuance: June 21, 2019

Date work in waters of the U.S. completed: ______Construction period (in weeks): ______Name & phone of contractor (if any): ______

Please note that your permitted activity is subject to a compliance inspection by an Army Corps of Engineers representative. If you fail to comply with this permit you may be subject to permit suspension, modification, or revocation.

I hereby certify that the work authorized by the above referenced permit has been completed in accordance with the terms and conditions of said permit.

______Signature of Permittee Date

Upon completion of the activity authorized by this permit, sign this certification and return it using any ONE of the following two (2) methods:

(1) E-MAIL a statement including all the above information to: [email protected] OR (2) MAIL to the following address: U.S. Army Corps of Engineers Regulatory Division ATTN: CESPL-RG-SPL-2014-00173-JMR 3636 North Central Avenue Suite 900 Phoenix, AZ 85012-1939 LOS ANGELES DISTRICT U.S. ARMY CORPS OF ENGINEERS

COMPLIANCE DELIVERABLES CHECKLIST FOR DEPARTMENT OF ARMY PERMIT

Pe rmit Numbe r: SPL-2014-00173-JMR

Name of Permittee: Matt Moul, Arizona Department of Transportation

Date of Issuance: June 21, 2019

Please submit this checklist along with all required compliance deliverables (listed in the table below) to the Corps via email to [email protected] or the Corps’ ADOT Liaison. Upon receipt, the Corps will review proffered deliverables for sufficiency and, if approved, return an electronically-signed/dated copy of this checklist to you. PM provides e- signature upon receipt/approval of each compliance deliverable – PM returns the signed checklist to the applicant/agent in a progressive manner.

Condition # Compliance deliverable Corps approval

Documentation verifying purchase of 0.17 Special advance credits from the Arizona Game and Condition #1 Fish Department In-lieu Fee Program (Duran Ranch Site)

Special Notification of Commencement of Work Condition #2

Special Notification Of Completion Of Work Condition #2

Upon receipt and approval of all items listed in the table above, the Corps will consider you in full compliance with compliance deliverable requirements in your permit authorization. Note, however, that any ongoing reporting obligations associated with the pe rmit may remain unaffected by this compliance deliverables determination. DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

DEPARTMENT OF THE ARMY PERMIT

Permittee: Arizona Department of Transportation; Matt Moul

Project Name: SR 260, Little Colorado River Bridge (Tracs 260 AP 394 H8269 01C)

Permit Number: SPL-2014-00173-JMR

Issuing Office: Los Angeles District

Note: The term "you" and its derivatives, as used in this permit, means the permittee or any future transferee. The term "this office" refers to the appropriate district or division office of the Corps of Engineers having jurisdiction over the permitted activity or the appropriate official acting under the authority of the commanding officer.

You are authorized to perform work in accordance with the terms and conditions specified below.

Project Description: To permanently discharge fill into 0.079 acre of waters of the U.S., and to temporarily discharge fill into 0.263 acre of waters of the U.S. pursuant to Section 404 of the Clean Water Act of 1972, in association with the State Route (SR) 260, Little Colorado River Bridge (Tracs 260 AP 394 H8269 01C) Project as shown on the attached drawings.

Specifically, you are authorized to:

Little Colorado River: 1. Construct a concrete scour floor directly underneath the SR 260 Little Colorado River bridge which would extend 10 feet upstream and downstream. 2. Repair walls around Pier 1 and 2 and place shotcrete on top of existing bank protection. 3. Provide a dry work area by dewatering the work area and diverting flows around the work site in two phases, as shown in the drawings. Channels measuring 20 feet wide and 3 feet deep would be temporarily constructed around active work areas. This part of the project would result in 0.065 acre of permanent fill (0.003 acre of wetlands and 0.062 acre of open water) and 0.136 acre of temporary fill (0.031 acre of wetlands and 0.105 acre of open water) within the Little Colorado River.

Water Canyon Creek: 4. Extend the existing reinforced concrete culvert up to 14 feet on each end and construct new head walls and wingwalls. 6-inch riprap would be placed at the outlet of the culvert and extend 10 feet downstream. This part of the work would result in 0.014 acre of permanent fill (0.001 acre of wetlands and 0.013 acre of ephemeral waters) and 0.127 acre of temporary fill (0.062 acre of wetlands and 0.065 acre of ephemeral waters) DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Project Location: The Little Colorado River and Water Canyon Creek at milepost 394.8 on State Route 260 near the town of Eagar, Apache County, Arizona.

Permit Conditions:

General Conditions:

1. The time limit for completing the authorized activity ends on July 1, 2024. If you find that you need more time to complete the authorized activity, submit your request for a time extension to this office for consideration at least one month before the above date is reached.

2. You must maintain the activity authorized by this permit in good condition and in conformance with the terms and conditions of this permit. You are not relieved of this requirement if you abandon the permitted activity, although you may make a good faith transfer to a third party in compliance with General Condition 4 below. Should you wish to cease to maintain the authorized activity or should you desire to abandon it without a good faith transfer, you must obtain a modification from this permit from this office, which may require restoration of the area.

3. If you discover any previously unknown historic or archeological remains while accomplishing the activity authorized by this permit, you must immediately notify this office of what you have found. We will initiate the Federal and state coordination required to determine if the remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places.

4. If you sell the property associated with this permit, you must obtain the signature of the new owner in the space provided and forward a copy of the permit to this office to validate the transfer of this authorization.

5. If a conditioned water quality certification has been issued for your project, you must comply with the conditions specified in the certification as special conditions to this permit. For your convenience, a copy of the certification is attached if it contains such conditions.

6. You must allow representatives from this office to inspect the authorized activity at any time deemed necessary to ensure that it is being or has been accomplished with the terms and conditions of your permit.

Special Conditions: 1. Mitigation. Within 60 days of permit issuance and prior to initiating construction in waters of the U.S., the Permittee shall provide documentation verifying purchase of 0.17 advance credits for the establishment and enhancement of emergent wetlands from the Arizona Game and Fish Department’s Corps-approved in-lieu fee program to mitigate for impacts to 0.079 acres of wetland waters of the U.S. Credits should be purchased from the Duran Ranch Wet Meadow Site, which services the project area. The Permittee shall not initiate work in waters of the U.S. prior to

2 DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

receiving written confirmation (by letter or email) from the Corps Regulatory Division as to compliance with this special condition. The permittee retains responsibility for providing the compensatory mitigation until the number and resource type of credits described above have been secured from a sponsor and the district engineer has received documentation that confirms that the sponsor has accepted the responsibility for providing the required compensatory mitigation. This documentation may consist of a letter or form signed by the sponsor, with the permit number and a statement indicating the number and resource type of credits that have been secured from the sponsor.

2. Notification. The Permittee shall provide notification, via email or letter, to the Corps Regulatory Division at least one week prior to the start of work, as to the anticipated beginning and ending dates of construction authorized by the DA permit.

3. Permit Availability. A copy of this permit and its attachments shall be on the job site at all times during construction. The permittee shall provide a copy of this permit to all construction representatives. The permittee shall require that all construction representatives read this authorization in its entirety and acknowledge they understand its contents and their responsibility to ensure compliance with all general and special conditions contained herein.

4. Flagging of Project Limits. The Permittee shall clearly mark the limits of the workspace with flagging or similar means to ensure mechanized equipment does not enter preserved waters of the U.S. shown on the impact sheets. Adverse impacts to waters of the U.S. beyond the Corps-approved construction footprint are not authorized. Such impacts could result in permit suspension and revocation, administrative, civil or criminal penalties, and/or substantial, additional, compensatory mitigation requirements.

5. Diversion of Flows. Diversion of flows around the worksite within the Little Colorado River is authorized during construction. Flows should be diverted as shown on the attached drawing titled “Construction Access Rd Sheet: Sheet 3 of 3.” Construction and operation of the channels should be performed using best management practices that reduce impacts to water quality and minimize erosion and sediment transport.

If dewatering of the worksite is required, water removed from the worksite will be returned to the channel without an increase in sediment or turbidity downstream of the project site. To prevent erosion at the discharge point, energy dissipation and/or scour protection will be utilized as appropriate, and must be removed after dewatering operations have ceased.

No work is authorized in Water Canyon Creek if flows are present.

6. Temporary Fills. Temporary fills must consist of materials, and placed in a manner, that will not be eroded by expected normal flows. No stockpiling or staging of materials and equipment is authorized within

3 DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

WUS. Temporary haul roads or detours that are placed across WUS shall be designed so that expected flows are not restricted. Constructing at-grade crossings or placing pipes to convey flows under the road are appropriate means to ensure flows are not blocked. After the initial construction activity is completed, temporary fills must be removed in their entirety and the affected areas returned to pre-construction elevations, to the maximum extent possible. The location of the temporary fills must avoid the removal of mature trees, utilize previously disturbed areas to the maximum extent possible, and minimize the total area of disturbance. All project areas disturbed by construction-related activities must stabilized and upland areas reseeded with native seed mixture once construction is complete.

7. Fill Free of Contaminants. All fill placed in WUS must be of suitable material (no trash, debris, asphalt, etc.). All discharges of fill material into WUS must be free from toxic pollutants in toxic amounts (Section 307 of the CWA).

8. Invasive species. The Permittee is responsible for controlling and preventing the spread of noxious invasive species in WUS. The Permittee shall utilize integrated vegetation management practices in accordance with State and Federal Laws and Executive Orders to manage invasive species in WUS.

9. Migratory Birds and Bald and Golden Eagles. The Permittee is responsible for ensuring their action complies the Migratory Bird Treaty Act and the Bald and Golden Eagle Protection Act. The Permittee is responsible for contacting the appropriate local office of the U.S. Fish and Wildlife Service to determine applicable measures to reduce impacts to migratory birds or eagles, including whether incidental take permits are necessary and available for a particular activity.

10. Endangered Species. This Corps permit does not authorize you to take any threatened or endangered species, in particular the New Mexico meadow jumping mouse, the Little Colorado spinedace, and the Southwestern willow flycatcher, or adversely modify designated critical habitat. In order to legally take a listed species, you must have separate authorization under the Endangered Species Act (ESA) (e.g. ESA Section 10 permit, or a Biological Opinion (BO) under ESA Section 7, with "incidental take" provisions with which you must comply). The enclosed BO (02EAAZ00-2015- F-0270) contains mandatory terms and conditions to implement the reasonable and prudent measures that are associated with "incidental take" that is also specified in the BO. Your authorization under this Corps permit is conditional upon your compliance with all of the mandatory terms and conditions associated with incidental take of the attached BO, the terms and conditions of which are incorporated by reference in this permit. Failure to comply with the terms and conditions associated with incidental take of the BO, where a take of the listed species occurs, would constitute an unauthorized take, and it would also constitute non-compliance with your Corps permit. The FWS is the appropriate authority to determine compliance with the terms and conditions of its BO and with the ESA.

4 DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Further Information:

1. Congressional Authorities. You have been authorized to undertake the activity described above pursuant to:

( ) Section 10 of the River and Harbor Act of 1899 (33 U.S.C. 403).

(X) Section 404 of the Clean Water Act (33 U.S.C. 1344).

( ) Section 103 of the Marine Protection, Research and Sanctuaries Act of 1972 (33 U.S.C. 1413).

2. Limits of this authorization.

a. This permit does not obviate the need to obtain other Federal, state, or local authorizations required by law.

b. This permit does not grant any property rights or exclusive privileges.

c. This permit does not authorize any injury to the property or rights of others.

d. This permit does not authorize interference with any existing or proposed Federal project.

3. Limits of Federal Liability. In issuing this permit, the Federal Government does not assume any liability for the following:

a. Damages to the permitted project or uses thereof as a result of other permitted or unpermitted activities or from natural causes.

b. Damages to the permitted project or uses thereof as a result of current or future activities undertaken by or on behalf of the United States in the public interest.

c. Damages to persons, property, or to other permitted or unpermitted activities or structures caused by the activity authorized by this permit.

d. Design or construction deficiencies associated with the permitted work.

e. Damage claims associated with any future modification, suspension, or revocation of this permit.

4. Reliance on Applicant's Data. The determination of this office that issuance of this permit is not contrary to the public interest was made in reliance on the information you provided.

5 DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

5. Reevaluation of Permit Decision. This office may reevaluate its decision on this permit at any time the circumstances warrant. Circumstances that could require a reevaluation include, but are not limited to, the following:

a. You fail to comply with the terms and conditions of this permit.

b. The information provided by you in support of your permit application proves to have been false, incomplete, or inaccurate (See 4 above).

c. Significant new information surfaces which this office did not consider in reaching the original public interest decision.

Such a reevaluation may result in a determination that it is appropriate to use the suspension, modification, and revocation procedures contained in 33 CFR 325.7 or enforcement procedures such as those contained in 33 CFR 326.4 and 326.5. The referenced enforcement procedures provide for the issuance of an administrative order requiring you to comply with the terms and conditions of your permit and for the initiation of legal action where appropriate. You will be required to pay for any corrective measure ordered by this office, and if you fail to comply with such directive, this office may in certain situations (such as those specified in 33 CFR 209.170) accomplish the corrective measures by contract or otherwise and bill you for the cost.

6. Extensions. General condition 1 establishes a time limit for the completion of the activity authorized by this permit. Unless there are circumstances requiring either a prompt completion of the authorized activity or a reevaluation of the public interest decision, the Corps will normally give you favorable consideration to a request for an extension of this time limit.

6

DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

W a t e r C a n y o n

C r e e k

Aô a

a Water Canyon Creek Survey Area r e Previously surveyed and delineation iv R approved under Corps File o Number SPL-2014-00173-KAT ad or ol C tle Lit

Impacts to Waters of the U.S. Waters of the U.S. (0.205 acre) Temporary Impacts (0.178 acre) Permanent Impacts (0.075 acre) Wetlands (2.059 acres) Temporary Impacts to Wetlands (0.093 acre) Permanent Impacts to Wetlands (0.004 acre) North 0 300 Feet °

M:\V Drive\13-467043\NEPA\Figures\Revised Footprint Nov 3 2017\Fig1_JD and Access_Impacts_LC and WCC.mxd

Figure 1. Impacts to Waters of the U.S. in the Project Area DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Waters of the U.S. Ordinary High Water Mark

Figure 2. Temporary By-Pass Channels in the Little Colorado River DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6 Temporary Temporary Access Road Access Road a

r ive o R ad lor Co tle Impacts to Waters of the U.S. Lit Waters of the U.S. (0.160 acre) Temporary Impacts (0.105 acre) Permanent Impacts (0.062 acre) Construction Staging Wetlands a and Stockpiling Area Temporary Impacts to Wetlands (0.031 acre) Permanent Impacts to Wetlands (0.003 acre) North 0 100 Feet ° M:\V Drive\13-467043\NEPA\Figures\Revised Footprint Nov 3 2017\Fig3_JD and Access_Impacts_LC.mxd Figure 3. Impacts to the Little Colorado River W DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6 a t e r C a n y o n C r e e k Construction Staging and Stockpiling Area

Impacts to Waters of the U.S. Waters of the U.S. (0.045 acre) Temporary Impacts (0.065 acre) Permanent Impacts (0.013 acre) Wetlands New Temporary Impacts to Wetlands (0.062 acre) ROW Permanent Impacts to Wetlands (0.001 acre) North 0 100 Feet °

M:\V Drive\13-467043\NEPA\Figures\Revised Footprint Nov 3 2017\Fig4_JD and Access_Impacts_Culvert.mxd Figure 4. Impacts to Waters of the U.S. in Water Canyon Creek DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

SURVEY NO. FINISHED PLANS- REVISIONS- LOCATION- DATE- SURVEY NO. FINISHED PLANS- REVISIONS- LOCATION- DATE- Fri 19 Oct 2018, 11:23:43

7060 7050 7070 7080 7090 7065 7055 7075 7085 7095 Ext=31.41 R+o=5728.65' L=1295.83' T=649.59' ?=11°27'30" Total Curve 1837 1. Note: PI Sta 1835+36.49 Elevations in field may vary. Record Drawing profile displayed for information only. 260

100' 0' 10 CURVE DATA 1838 Super=NC L=1095.83' R=5729.58' D=1°00'00" ?=10°57'30" Rt Main Curve 260 E 956575.15 N 1133180.59 1839 See Note 1 Profile Grade Exst SR 260 Cst \ Exst Groundline t=50.00' o=0.07' L=100.00' ?=0°30'00" Spiral Curve T:\Bridge_Drainage-OnCall\Little Colorado River\Civil\h8269cpl01.dgn SDs=620' 700' VC 1840

7070'

- 1840

1

.

4 0

7

0 3

7

0 6

'

% PI 1840+50.00 - Elev=7070.54

5 Corr=-3.44' . 3

3 CS 1840+82.73 8 Exst R/W

1841

5 % N=1133192.69

E=957124.61 7

0

6

5

' 7060 7040 7050 7065 7045 7055 Exst SR 260 Cst \

ST 1841+82.73 1842 N=1133194.31 E=957224.59 7060 7050 7065 7055 Exst R/W SDs=620'

7065' 700' VC 1843 Exst Fence Protect-in-Place

7

7 0

0 6

5

0 7060'

5 '

'

1844

-

5 .

+00 N 89°14'18" E 3 3

Exst Guardrail To Remain

8

5 % ' 65 +50 70 E=957641.82 N=1133199.86 260-C(204)T BEGIN PROJECT STA 1846+00.00 Exst Valves Protect-in-Place 1845

1845 7 0 Exst Fence 4 Protect-in-Place 0 '

7 Exst Gate Protect-in-Place

0

4

0

' See Note 1 Profile Grade Exst SR 260 Cst \

7035'

1846

WV

WV

'

WV

5

3

0

7

7

Exst Gate 0 Protect-in-Place 3

'

0 0

3 0 ' 7 SDs=418' 500' VC 1847 PI 1847+00.00 Elev=7035.84 Corr=3.34' Exst Cattle Guard Protect-in-Place CHECKED DRAWN DESIGN ROUTE TRACS NO.

SEE NOTE 1 260-C(204)T BEGIN PROJECT STA 1846+00.00 SR 260 1848 Exst Fence Protect-in-Place Exst Mailbox Protect-in-Place L Exst Groundline i tt le C o BGS CPG/ZD SMG/BGS

LOCATION lo r

a H8269 01C Exst Guardrail d To Remain

o

R Tempe, AZ 85281 Suite 400 1230 W. Washington St. WSP USA Inc.

NAME

SR 260 LITTLE COLORADO RIVER BRIDGE i v

e

r

1849

See Bridge Plans Pier Repair & Scour Retrofit Structure No. 416 Exst Little Colorado River Bridge

10/18 10/18 10/18

DATE '

0

7

3 0

0

2

7

5

'

7

0

3 5 INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION ' ARIZONA DEPARTMENT OF TRANSPORTATION

Sta 1838+00 to 1851+50

ROADWAY DESIGN SERVICES

PLAN AND PROFILE SHEET

F.H.W.A. Exst Overhead Telephone

To Remain

+50 REGION

9

1850

STATE

ARIZ.

SR 260

1850 260-C(204)T 260-C(204)T 260 AP 394 River Bridge Exst Little Colorado PROJECT NO.

7

0

3

0 0.0000%

' 1851 SHEET

NO. 5 Exst Guardrail To Remain

Exst OH Power To Remain

7

0 3 SHEETS

TOTAL

5 ' 26 PRE-STAGE IV DWG NO. CONSTRUCTION OR RECORDING PRELIMINARY 95% Review RECORD DRAWING NOT FOR

OF

7060 7030 7040 7050 7065 7035 7045 7055 C-2.01

100' 100' DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

SURVEY NO. FINISHED PLANS- REVISIONS- LOCATION- DATE- SURVEY NO. FINISHED PLANS- REVISIONS- LOCATION- DATE- Fri 19 Oct 2018, 11:23:46

7060 7020 7030 7040 7050 7065 7025 7035 7045 7055

100' 100'

1. Note: '

0.0000% 0

3

0 7 Exst Fence Protect-in-Place Elevations in field may vary. Record Drawing profile displayed for information only. 1852 +00 Exst Fence Protect-in-Place

7035' Exst Guardrail To Remain 1853 Exst Telephone To Remain Exst R/W SDs=1506' Exst Groundline 400' VC 1854 PI 1854+00.00

T:\Bridge_Drainage-OnCall\Little Colorado River\Civil\h8269cpl02.dgn Elev=7035.84

'

5

Corr=0.50' 3 0 7 1855 N 89°14'18" E 1855

Exst OH Power To Remain '

1856

5

3

0 7 Exst R/W +00

+75

1857 100' Lt See Note 1 Profile Grade Exst SR 260 Cst \ See Detail D1 Removal and New Fence Exst Fence Exst SR 260 Cst \

+

1

.

0 See Detail D1 Removal and New Fence Exst Fence

0

0

0

% 1 1858

Drainage Sheets Extend, See Sta 1859+27 Exst 6'x7' RCBC

W

C

a

r

t

e

e

e

r

k

Inv 7032.13

C

a

n

y

o n 1859 +00

'

5

3 50' Rt 100' Rt +60 0

7

50' 40'

'

0

4 1860 7

0 0

7 4 0

SDs=3722' '

400' VC 1860

' 5 2 New R/W

50' Var. 1861 PI 1861+00.00

+ Elev=7042.84

0

. Corr=-0.15'

6

9

3

6

% CHECKED DRAWN DESIGN ROUTE TRACS NO.

SEE NOTE 1 END PROJECT 260-C(204)T STA 1861+50.00 SR 260 Exst R/W

E=959191.69 N=1133220.46 END PROJECT 260-C(204)T STA 1861+50.00

BGS CPG/ZD SMG/BGS

LOCATION

H8269 01C

Tempe, AZ 85281 Suite 400 1230 W. Washington St. WSP USA Inc.

NAME

SR 260 LITTLE COLORADO RIVER BRIDGE

Exst R/W 10/18 10/18 10/18

DATE

+70

INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION

ARIZONA DEPARTMENT OF TRANSPORTATION

50' Lt

Sta 1851+50 to 1861+50

ROADWAY DESIGN SERVICES

PLAN AND PROFILE SHEET

F.H.W.A.

REGION

9

STATE ARIZ. SR 260 260-C(204)T 260-C(204)T 260 AP 394 PROJECT NO.

1865 50' 50' SHEET

NO. 6 SHEETS TOTAL 26 PRE-STAGE IV DWG NO. CONSTRUCTION OR RECORDING PRELIMINARY 95% Review RECORD DRAWING NOT FOR

OF 7060 7030 7040 7050 7065 7035 7045 7055 C-2.02 DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

SURVEY NO. FINISHED PLANS- REVISIONS- LOCATION- DATE- SURVEY NO. FINISHED PLANS- REVISIONS- LOCATION- DATE- Fri 19 Oct 2018, 11:23:49

7040 7050 7020 7030

7010

D E C

TB

D E C

2. The culvert extension shall be constructed per SD 6.01. per SD 6.08 for skew of 30° and 4:1 slope. 1. The inlet and outlet slope wing wall shall be constructed Notes:

D E C

D E C

TB

T OE C New Barbed Wire Fence 26 LF Lt Sta 1858+87 to 1859+06

T OE C2

T B 2

D E C See Detail C-12.10 New 12' Fence Gate

7 0 7

3 0

5 3

5

TB

T OE C

D E C T OE C2 Per SD 6.08 (5 of 8) Slope Wing Overhead Telephone Caution

T

OE C2 T:\Bridge_Drainage-OnCall\Little Colorado River\Drng\h8269_det01.dgn W

OH A

T B 2 T

Exst R/W

Exst R/W E

R

C GS A

F B W N

Y

O

N

Grading Limits

GS C

R E

1.5' Depth D =6", 19 CY Dumped Riprap

E

50 K 1.5' Depth D =6", 13 CY Dumped Riprap Match Exst Grade 50

GS

F B W T B 2

TB Relocate by Others

GS

T OE C

GS Power Pole

GS

T OE C2

T B S T

D E C Guy Wire

GS

Remove Exst Barbed Wire Fence 65 LF Lt Sta 1858+50 to 1859+06 40

D E C ' -50 2

GS

F B T W B 2 T B 5 4

.

Outlet Headwall, Lt (ADOT Std SD 6.08 (5 of 8) & 6.10 (1 2)) 5 T OE C S T ' Inlet Headwall, Rt (ADOT Std SD 6.08 (7of 8) & 6.10 (1 of 2))

GS

GS 10' GS Relocate by Others Anchor

GS ADOT C-03.10 Pipe Berm

GS

OH 2

GB

D E C 0 D E WW C GB D

E C GB

CL

GS

'

GS

GS

GS GS 1

14'

F B

W S T T OE

C2 S GS T T 0 OE

C1

7040 ' Z Z Z

T GS OE C1

GS F B W S T GS

Z Z Z

GS

GS G AT T GS E OE C1

F B DL W 1

A T T O O E F C B 1 W

GB

T O W E W C1 W S W S T Inv El=7032.39 S T T GB GB GB S T GB

HW

GB

GS

INV

FL

B F BO LR OD J GS JP T 5 55 50 03 0 2

F B W F B W 1 S T T B 5 S 0 T

GB

WW

GB H W ' S T 1 0 IN

GB

GS S=0.0050$ New Barbed Wire Fence 18 LF Lt Sta 1859+35 to 1859+48 Per SD 6.10 (1 of 2) Level Wing Inv El=7032.46

AT O Remove Exst Barbed Wire Fence 33 LF Lt Sta 1859+23 to 1859+35

1 Remove Exst Barbed Wire Fence 41 LF Rt Sta 1859+33 to 1859+18 SR 260 Sta 1859+27 Exst 6'x7'x46.5' RCBC

DL 70

1 40 Extend 14.0', Lt

8 AT O

GS Extend 13.5' Rt 5

Skew 29.1°Lt Exst SR 260 9

AT O S T S=-0.0140$

AT O

GS Cst \ 0 Inv El=7031.79

GB

GS

Grading Limits S=0.0100$ Inv El=7031.93 70 40

GS

7

2 0

0 4

Exst SR 260 Cst \ ' 0

GB

GB

H W S T

WW Remove Exst Barbed Wire Fence 53 LF Rt Sta 1859+50 to 1859+95 ADOT C-03.10 Pipe Berm

GB

DS

F B W S T

X S M

B OD

GS

FL F LR EP GS

GB

G CL B INV S T GB

GB

GB

W W S T GS GB

GB

HW

GB

W W 7

F S B T W

GS

13.5' 0

GS F

B

W GS 4 GS

GS 0

T OE C S T

GS

GS

F B W

F B W

GS

GS New Barbed Wire Fence 41 LF Rt Sta 1859+50 to 1859+99

GS

GB

F B Per SD 6.10 (1 of 2) Level Wing W

T OE C1 S T GS 2

0 GB WW

F B W F B W GS 2 S T ' GB

T B S T F B W

GS

GS

7 0 New Barbed Wire Fence 28 LF Rt Sta 1859+21 to 1859+11

F B W 3

GS 5

GS 2

4 4:1 . 50 Match Exst Grade

5

7

GS 0 '

T B 1 S T 3

F B W 5 GS

TB

T OE C

F B W 2

GS

R W Exst R/W M

GS

TP

T OE 7 C1 0

F B W 4 CHECKED DRAWN DESIGN Exst Groundline GS 0

ROUTE T B 1 TRACS NO.

Overhead Telephone Caution SR 260 Per SD 6.08 (7 of 8) Slope Wing

BGS CPG/ZD BGS/PZ LOCATION

F B W

GS H8269 01C Tempe, AZ 85281 Suite 400 1230 W. Washington St. WSP USA Inc. NAME SR 260 LITTLE COLORADO RIVER BRIDGE New R/W R 10/18 10/18 10/18 DATE

DETAIL

W 2

5 ' INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION ARIZONA DEPARTMENT OF TRANSPORTATION Exst R/W M 40 ROADWAY DESIGN SERVICES ' New R/W See Detail C-12.10 New 12' Fence Gate F.H.W.A. REGION 9

TB

F B W 2

New R/W S DETAIL SHEET STATE ARIZ. DETAIL D1 along New R/W New Barbed Wire Fence 102 LF T

260-C(204)T 260-C(204)T A260 AP 394 PROJECT NO.

D1 1

8

SHEET

NO. 7 5

SHEETS TOTAL 9 26

PRE-STAGE IV DWG NO. CONSTRUCTION OR RECORDING PRELIMINARY

95% Review +

RECORD DRAWING NOT FOR

OF 7040 7050 7020 7030

7010 D-1.01 6

0

.

0 DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

F.H.W.A. SHEET TOTAL STATE PROJECT NO. RECORD DRAWING REGION NO. SHEETS

ARIZ. 9 260-C(204)T 8 26

- 260 AP 394 E T A D

- N O I T A

C Exst OH Power O Existing Wetland L

5

0 5

5

5

Waters of US 8

Exst R/W 4 Exst R/W

Exst Fence

1 8 Exst Guardrail

Limits

1 8

Exst SR 260 Cst \

1 Protect-in-Place

7

0

7

3

0

0

3

0 '

- '

S '

N 5 6

O

I 0 WV S 7 I '

V 0

4 E 0 WV WV R 7 Existing Wetland

' 7

0 3 5

'

0 3 0

7 7 0 '

3

5 7035'

7 0 6 0 ' 0 5 5 7 ' N E 8 9 ° 14 18 " ' 5 3 ' 0

E N 8 9 ° 14 18 " 7

' - 7 0 S 3 5

N '

A 5

L

7060' 7 0 4 0 7 0 2 ' P 7065' ' 7 0 3 0

7 0 3 5 Waters of US '

D ' 7

E 0 3 5 H '

S Limits 7 I 0

N 3

I 3 0 F

7 '

. 2

8

+

1

4

8

1 r

e Exst Overhead Telephone Exst Telephone Exst Fence

v

i T R .

S Exst R/W Exst R/W O Protect-in-Place

N o

d Y a E r V o Existing Wetland Existing Wetland R l U Exst Gate o

S Exst Fence C e

Protect-in-Place l

Protect-in-Place t i t L

STA 1846+00.00

- E

T BEGIN PROJECT 260-C(204)T A D

Existing Wetland

Water of US

- N O

I 0 T A

C 6 O

L Waters of US 8

Limits 1 Existing Wetland

Exst R/W

-

S

N

O

I

S I

'

V '

E 0 5 4 3 0 7 0 R 7

7 0 4

0

'

- S

N

A k

L e Exst R/W P e r

D

E C STA 1861+50.00 H

S

I n New R/W

N

I o

y END PROJECT 260-C(204)T F

n

a NAME DATE ARIZONA DEPARTMENT OF TRANSPORTATION

C PRELIMINARY

DESIGN BGS/PZ 10/18

r INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION

e t DRAWN CPG/ZD 10/18

ROADWAY DESIGN SERVICES PRE-STAGE IV Existing Wetland a CHECKED

BGS 10/18 W 95% Review

WSP USA Inc. CONSTRUCTION ACCESS RD SHEET

1230 W. Washington St. NOT FOR

Suite 400 . SHEET 1 OF 3 O Tempe, AZ 85281 CONSTRUCTION N

Y ROUTE LOCATION OR RECORDING E V

R SR 260 SR 260 LITTLE COLORADO RIVER BRIDGE U DWG NO. D-2.01 S TRACS NO. H8269 01C 260-C(204)T OF Fri 19 Oct 2018, 11:23:52 T:\Bridge_Drainage-OnCall\Little Colorado River\Drng\H8269car_pl01.dgn

DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

F.H.W.A. SHEET TOTAL STATE PROJECT NO. RECORD DRAWING REGION NO. SHEETS

ARIZ. 9 260-C(204)T 9 26

- 260 AP 394 E T A D

Construction Access Rd - Construction Access Rd Anchor and Guy wire N O I

T Anchor and Guy wire A Relocated by Others C

O L 15' Min. Protect in Place

15' Min.

Exst OH Power 5 from OH

from OH 0

5

5

5

Waters of US Power Lines 8

Power Lines 4 Exst R/W

Exst Fence

1 8

Limits

1 8 E x S R 2 6 0 C s s

t t \ 1 Protect-in-Place '

R=20' (Typ) '

7

5

0

7 3 5

1 0

0

1 3

0 '

- '

S '

N 5 6

O

I 0 WV S 7

I '

V 0 4

E G 0 WV WV R E x u a d a '

s t r r i l 7

0

' 7

0 0 3 R=20' (Typ) 5

1

'

0 3 0

7 7 0 '

3

5 7035'

7 0 6 0 ' 0 5 5 7 ' E N 8 9 ° 14 18 " ' 5 3 ' 0

E N 8 9 ° 14 18 " 7

' 70' - 7 0 S 3 5

N '

A 5

L

7060' 7 0 4 0 0 2 '

7 ' P 7065' ' 7 0 3 0

7 0 3 5 '

Waters of US 0

D ' 7

E 0

3 0 H 5 ' 1 S

Limits ' 7 I 0 N

' I 3 7 0 F 0

' 6 6

100'

Exst Telephone Exst Fence

Exst Telephone . W O E x s R Permanent Disturbance Protect-in-Place N t /

Y STA 1846+00.00 E 0.096 acre Exst Guardrail 40 LF V R

U BEGIN PROJECT Exst Gate S E x s t F e n c e Remove and Replace

260-C(204)T Protect-in-Place

P n P a c e r o e c - - Exst Little Colorado River Bridge t t i l

Structure No. 416

' 7 0 3 0 -

E Pier Repair & Scour Retrofit Construction Staging & T A D See Bridge Plans and Note 8 Stockpiling Area

5 0 2 '

7

e r

v

R i

o

d o r a - o l N C O I e T t l A L i t C O L

Legend:

7

0 ' 2 5

Construction Staging & Stockpiling Area

- NOTES: S N O I S I

V m m E 1. C o n u c o n a c c e o a d a e c h e m a c o n y T h e c o n a c o 6. N o s e p a a e m e a s u e m e n o d e c p a y e n w b e a d e o R s t r t i s s r s r s t i l . t r t r r t r t r i r t t i ll f r s h a d e s g n c o n s r u c a n d m a n a n b a s e d o n t h e i r c o n s t r u c t i o n d e s i g n c o n s t r u c t i o n m a i n t e n a n c e a n d r e m o va l o f c o n s t r u c t i o n Construction Access Road or Construction Zone ll i , t t i t i , ,

phasing needs at no extra cost to the Department. a c c e o a d s h e c o s b e n g c o n s d e e d a s n c u d e d n h e s s r t t i i r i l i t

, price of the contract items.

2. C o n s u c o n a c c e s s o a d s s h a b e u s e d o b d g e s u b s u c u e t r t i r ll f r r i t r t r

m E m e p a s c o u c o u n e e a s u e s a n d b a n k p r o e c o n a n o e x r a 7. x s n g f e n c e s h a a r e r e o ve d d u r n g c o n s r u c o n s h a b e r i r , r t r r , t t i t t i t i t t i t t i ll

cost to the Department. d h n d o h h n o o o h D p m n r e p la c e a t t e e f e a c s i f t a t c s t t t e e a r t e t . - S

N A

L m P 3. C o n u c o n a c c e o a d h a b e 15 e e n w d h o c o m p e e 8. T h e o w n h e L e C o o a d o R ve s h a n o b e c o p e e y s t r t i s s r s s ll f t i i t t l t f l i t i t t l l r i r ll t l t l D

E the construction activities. T m H b o c k e d d u r n g h e c o n s r u c o n h e s c o u r c o u e r e a s u r e s n e e d S l i t t t i t I . N I o b e c o n u c e d n w o p h a e A c o n c e p u a p h a s e p a n s F t s t r t i t s s . t l l i w m w D w D NAME DATE 4. L o w f o w a r e a s o f h e c h a n n e s h a a a ys r e a n o p e n s h o n o n r a n g - 2 0 3 T h e c o n r a c o r s h a p r e p a r e a ARIZONA DEPARTMENT OF TRANSPORTATION i t t ll l t l ll l i . . . PRELIMINARY DESIGN BGS/PZ 10/18 d d p h p n n d u b m o h E n g n o v w n d INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION e a e a s e a a s e e e r f r r e e a t i l l i t t t i i DRAWN CPG/ZD 10/18 ROADWAY DESIGN SERVICES PRE-STAGE IV 5. A o n u o n o d n d g n g h a b e approval. c s r c a c c e s s r a s a s a a r e a s CHECKED

ll ll t t i t i BGS 10/18

95% Review o b e a e d o e m o ve d a e c o m p e o n o b d g e c o n u c o n r r r f r f r s r t t l t i i t t i WSP USA Inc. li t CONSTRUCTION ACCESS RD SHEET m 1230 W. Washington St. NOT FOR n o x o o h e D e p a e n T h e e x n g c o n d o n h a a e a c s s s Suite 400 . t t r t t t r t t . i t i i t i ll SHEET 2 OF 3 O Tempe, AZ 85281 CONSTRUCTION N A m m m b e r e s o r e d f e r r e o va a r e o ve d a e r a s s h a b e p r o p e r y Y t t l ll t i l ll t . ROUTE LOCATION OR RECORDING E V o h e c o n a c o a n d e m o ve d o m h e o b s e R f t t r t r r f r t j i t . SR 260 SR 260 LITTLE COLORADO RIVER BRIDGE U DWG NO. D-2.02 S TRACS NO. H8269 01C 260-C(204)T OF Fri 19 Oct 2018, 11:23:55 T:\Bridge_Drainage-OnCall\Little Colorado River\Drng\H8269car_pl02.dgn

DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

SURVEY NO. FINISHED PLANS- REVISIONS- LOCATION- DATE- SURVEY NO. FINISHED PLANS- REVISIONS- LOCATION- DATE- Fri 19 Oct 2018, 11:23:59

Construction Zone

E

E D

x

r

x

s

a

t

t

e

i

n

n

6 Construction Zone

a

d

'

g

,

x

e

7

' S

S

'

e Water of US 5 Anchor and Guy wire

R Relocated by Others

h

3 e

0

C e 7

e

B

7

0 '

0 3 t

3 0

7 0 C '

Temporary Diversion Channel

D

C

1 r

e W

e

a k

t

e

r

Offset 51.9 Rt Sta 1848+96.94

Point A 0.203 acre Temporary Disturbance: C

a

n

y

73' o n

61' 81'

'

5 24' 33' 3 0

7

7'

63' 8' 40' 25' 44' ' Anchor and Guy wire Relocate by Others

0

4 7

0 0

7

4 0 ' 60 T:\Bridge_Drainage-OnCall\Little Colorado River\Drng\H8269car_pl03.dgn 18 74' PHASE 2 SCOUR RETROFIT

' 25'

0 50' 7 3

0 N

0

2 7 5

e '

70 w 3 5'

R 54'

O

Temporary Earthen Berm

W Scour Retrofit

1850 Stockpiling Area Construction Staging &

7

0

3

0

' L it tl e C o lo ra d END PROJECT 260-C(204)T STA 1861+50.00 o

R

or TCB with Plastic Sheeting Temporary Earthen Berm i

7 v

0 er 3

Offset 86.1 Lt Sta 1850+27.58

5 Point B

' '

Legend: 0

3

0 7

E

x

s

t

R

/

E 7035'

W

x

s

t

Construction Access Road or Zone Temporary Diversion Channel Construction Staging & Stockpiling Area

R

/

W

or TCB with Plastic Sheeting Temporary Earthen Berm

1865

' 50' 50'

Anchor and Guy wire 5

Relocated by Others

3

0 7

Scour Retrofit

7

0 '

0

3

3

0 7 0 '

Offset 51.9 Rt Sta 1848+96.94 Point A

E or TCB with Plastic Sheeting Temporary Earthen Berm

x

s Temporary Diversion Channel

t

S

R

2 0.055 acre Temporary Disturbance:

6

0

C

s

t

\ PHASE 1 SCOUR RETROFIT

'

0

7 3

0

0

2 7 5

' NTS TEMPORARY DIVERSION CHANNEL DETAIL 70 3 5' 0.083 acre Temporary Disturbance: CHECKED DRAWN DESIGN

ROUTE TRACS NO.

SR 260

1'

2

* or TCB With Plastic Sheeting : 1

BGS CPG/ZD BGS/PZ 1850 LOCATION

H8269 01C 3' Tempe, AZ 85281 Suite 400 1230 W. Washington St. WSP USA Inc. NAME SR 260 LITTLE COLORADO RIVER BRIDGE 20' 7

0

3

0

'

Li tt 10/18 10/18 10/18 le DATE C ol or ad o Offset 71.1 Lt Sta 1850+22.90 2 CONSTRUCTION ACCESS RD SHEET

Point C

INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION R : 7 ARIZONA DEPARTMENT OF TRANSPORTATION

1 0 iv

3 e 5 r

ROADWAY DESIGN SERVICES ' with Plastic Sheeting * Temporary Earthen Berm F.H.W.A. REGION

9

' Excavation Material

0

3

0 SHEET 3 OF 7 2' STATE ARIZ. Exst Ground

260-C(204)T 260-C(204)T 260 AP 394

PROJECT NO. 7035'

SHEET

NO. 10

SHEETS TOTAL

26 PRE-STAGE IV DWG NO. CONSTRUCTION OR RECORDING PRELIMINARY 95% Review RECORD DRAWING NOT FOR

OF

D-2.03

DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6 DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6 DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6 DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6 DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6 DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6 DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

United States Department of the Interior Fish and Wildlife Service Arizona Ecological Services Office 9828 North 31st Avenue, Suite C3 Phoenix, Arizona 85051 Telephone: (602) 242-0210 Fax: (602) 242-2513 In reply refer to: 02EAAZ00-2015-F-0270 June 3, 2019

Mr. Joshua Fife, Biology Team Lead Arizona Department of Transportation Environmental Planning 1611 West Jackson Street Phoenix, Arizona 85007

RE: State Route 260 Little Colorado River Bridge Scour Retrofit Project FHWA File # 260-C(204)T ADOT File # 260-AP-394-H8269-01C

Dear Mr. Fife:

Thank you for your June 12, 2018, request for formal consultation with the U.S. Fish and Wildlife Service (FWS) pursuant to section 7 of the Endangered Species Act of 1973 (16 U.S.C. § 1531-1544), as amended (Act). Your request was dated June 12, 2018, and was received by us via electronic mail (email) on the same day. At issue are effects that may result from a proposed scour retrofit and culvert extension project at the Little Colorado River (LCR) bridge on State Route (SR) 260 (hereafter the LCR bridge) within the town of Eagar, Apache County, Arizona. The proposed action may affect the threatened Little Colorado spinedace (Lepidomeda vittata) (spinedace). Below we provide a biological opinion (BO) on effects of the proposed action on the spinedace.

In your letter, you requested our concurrence that the proposed action is not likely to adversely affect the endangered southwestern willow flycatcher (Empidonax traillii extimus) (flycatcher) and endangered New Mexico meadow jumping mouse (Zapus hudsonius luteus) (jumping mouse). We concur with your determinations for the flycatcher and jumping mouse and provide our rationales in Appendix A.

This BO is based on information provided in the revised biological evaluation (BE) for the project, dated June 1, 2018, email correspondence, telephone conversations, and field investigations. Literature cited herein is not a complete bibliography of all literature available on the species of concern, bridge construction projects and their effects, or on other subjects considered in this opinion. A complete administrative record of the consultation is on file at this office.

DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 2

CONSULTATION HISTORY

November 17, 2016 We received your first request for formal consultation, dated November 15, 2016, and a BE for the project, dated October 6, 2016. The proposed action at that time was a full bridge replacement.

November 29, 2016 We sent a 30-day letter indicating that all information required to initiate consultation was either included with your consultation request, was in the BE, or was otherwise accessible for our consideration and reference.

February 2016 We received notification from ADOT that the project had been placed on hold for a design review.

September 7, 2017 ADOT notified us that the project was undergoing redesign as a bridge scour retrofit.

June 12, 2018 We received your second (the current) request for formal consultation, dated June 12, 2018, and a BE for the scour retrofit, dated June 1, 2018.

July 12, 2018 We sent a 30-day letter indicating that all information required to initiate consultation was either included with your consultation request and the BE or was otherwise accessible to us.

September 7, 2018 We received your amendment to the June 1, 2018 BE which incorporated new information on the New Mexico meadow jumping mouse based on field surveys for the species that occurred from July 28-30, 2018 within the proposed construction footprint.

April 2, 2019 We received the fish and aquatic species salvage protocol for this project, dated March 26, 2019.

May 22, 2019 We sent ADOT the draft BO.

DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 3

BIOLOGICAL OPINION

DESCRIPTION OF THE PROPOSED ACTION

A complete description of the proposed action is found in the BE for the project. The following summary of the proposed action is taken from the BE. Maps, photographs, and diagrams related to the action are included in the BE and are incorporated herein by reference.

ADOT, in association with FHWA, is planning a scour retrofit project for the LCR bridge (Structure #416) on SR 260 at MP 394.75, and a culvert extension project for the Water Canyon Creek Box Culvert at MP 394.90. The LCR bridge is a 95-foot (ft)-long, 29-ft-wide, three-span structure with gabion basket bank protection at its abutments but no scour floor. The Water Canyon Creek culvert is a six-ft-wide, seven-ft-high, 25.5-ft-long one-barrel reinforced concrete box culvert with headwalls and wingwalls. Both structures are experiencing erosion, which has decreased their integrity and lifespans. The purpose of the project is to prevent further erosion and restore the integrity of the bridge and box culvert.

In this BO, we use the terms construction footprint and action area to provide spatial references. The construction footprint includes all areas within the affected environment where permanent and temporary surface disturbances will occur. For this project, the construction footprint will encompass approximately 1.07 acres (ac) at the LCR bridge and the Water Creek Canyon box culvert where vegetation removal, access and staging, dewatering of the work area, and the scour retrofit will occur. Approximately 0.96 ac of these disturbances will be temporary.

We use the term action area to describe all areas of the environment that may be affected by the project, extending out from and including the construction footprint. Typically, the action area is the total area included in our effects analysis; however, the term also has a statutory definition (see below).

The scour retrofit will require the following actions:

• Constructing two temporary access roads at the LCR bridge; • Installing staging and stockpiling areas—one at the LCR bridge and one at the Water Canyon Creek culvert; • Installing water diversion structures in the LCR to provide dry work areas under the bridge; • Installing a six-inch concrete scour protection floor with cut-off walls that extend 10 feet beyond the existing bridge; • Repairing damage to the eastern pier of the bridge; • Laying a new four-inch layer of shotcrete over the existing gabion bank protection at the bridge; • Extending the existing Water Canyon Creek box culvert and installing a riprap apron at its outlet; • Removing temporary access roads, staging and stockpiling areas, and water diversion structures once construction is complete; DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 4

• Removing and replacing existing fencing and guardrail, as needed; • Seeding all temporarily disturbed areas with a native seed mix.

Access and Staging

Before construction on the bridge begins, work crews will construct two 15-ft-wide access roads north of SR 260, one east and one west of the LCR bridge (Appendix A, Figure 1). The west access road will originate from a dirt road that runs north from SR 260 and will extend to the western bank of the LCR. The east access road will originate from SR 260 and extend to the east bank of the LCR. Crews will clear and grub both access roads of vegetation, and each road will then be graded, compacted, and stabilized, likely with gravel. The Water Canyon Creek box culvert can be accessed easily from SR 260 without the need for an access road. Access roads at the bridge will require approximately 0.26 ac of temporary ground disturbance.

Crews will also construct two staging and stockpiling areas before construction begins, one about 200 ft east of the bridge and south of SR 260, and another about 200 ft east of the Water Creek Canyon box culvert and north of SR 260. Crews will clear and grub both areas of vegetation, and grade, compact, and stabilize each area with gravel before they are used. Combined, the two staging and stockpiling areas will result in 0.21 ac of temporary ground disturbance.

Off-Road-Vehicle Areas

Design plans for this project designate three areas within the construction footprint as off-road vehicle (ORV) use areas (Appendix A, Figure 1). Trucks and other construction vehicles will operate in these areas without surface preparations (grading, compacting, etc.). One ORV area will connect the staging area at the LCR bridge to SR 260 and the east access road. ADOT designated two ORV areas at the Water Creek Canyon box culvert, one at the culvert inlet south of SR 260, and one at the outlet north of the highway. Ground disturbances resulting from trucks and other construction equipment operating off road in the construction footprint will involve 0.41 ac of temporary ground disturbance.

Water Diversions

Workers will construct two temporary bypass channels in phases to divert the river from work areas under the bridge. The Phase 1 bypass will direct water to the easternmost span of the bridge to dry the area below the west span. Workers will place a shotcrete layer over the gabion around the west bridge abutment and install the scour floor below the west span. The Phase 2 bypass will direct water to the western bridge span and expose the east pier and east and middle bridge spans. Crews will then place shotcrete over the gabion around the east bridge abutment, install the scour floor below the middle and east spans, and repair the east pier.

Each water diversion structure will consist of a 20-ft-wide earthen channel and earthen berms 4-5 ft wide on each side of the channel. Crews will excavate the channel with a backhoe and will use the excavated material to build up a berm on each side of the channel. Once each bypass channel has been constructed, crews will divert the river into the channel and use water pumps or a hydro-vacuum to remove water remaining in pools and backwaters from the work area. Crews will pump water from the work area back into the LCR through a filtration system, e.g., a DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 5

sediment trap, filter fabric, or settling basin, to remove sediments. Water diversion structures will result in 0.08 ac of temporary ground disturbance.

Fish Salvage Protocol

Before and during dewatering of the work area under the bridge, qualified fish biologists will remove and translocate spinedace, other native fish, and native frogs from the LCR following a salvage protocol developed for this project (ADOT 2019). The salvage protocol presents a generalized set of procedures for 1) installing fish exclusion materials, e.g., block nets, around the area to be dewatered; 2) removing as many fish and frogs as possible before dewatering using a combination of seins, baited minnow traps, electrofishing, or dip nets and hand removal; and 3) during dewatering, salvaging fish that were not captured earlier by fitting pumps with fish screens of an appropriate mesh size. Biologists will repeat these procedures until they are confident there are no aquatic species still present in dewatered areas. Biologists will not release crayfish (e.g., Orconectes virilis) back to the LCR, and will release fish at regular intervals during salvaging (every few hours) to reduce holding stress. Release sites will be identified before dewatering occurs and may include sites upstream and downstream of the LCR bridge.

Shotcrete Protection

Shotcrete is concrete or mortar conveyed through a hose and pneumatically projected at high velocity onto a surface as a construction technique. Installing shotcrete bank protection at the LCR will involve exposing the underground portion of the existing gabion basket and removing any vegetation growing through the bank protection. Once the gabion basket is exposed and free of vegetation, crews will spray shotcrete on top of the basket in a four-inch layer. Bank protection will result in 0.03 ac of permanent ground disturbance.

Bridge Scour Protection Floor

After shotcrete has cured, work crews will use heavy machinery to excavate the extent of the scour protection floor and cut-off walls. Once excavated, crews will build a form, install rebar, and pour concrete. The scour protection floor will span the entire length of the bridge and extend 10 ft upstream and downstream of the bridge, for a total length of approximately 49 ft. The finished floor will be 6 inches thick with a 4-ft upstream cut-off wall and a 6-ft downstream cut- off wall. The scour protection floor will tie into the existing piers and the new shotcrete bank protection. The scour floor will require about 0.07 ac of permanent ground disturbance.

As mentioned above, crews will construct the scour protection floor in two parts, the western span first, followed by the center and eastern spans. When construction is occurring within the center and eastern spans, crews will repair the eastern pier. Repairing the eastern pier will involve cleaning the damaged area, patching it with the appropriate treatment, and sealing the patch to prevent future damage. Work on the shotcrete banks, the scour floor, and repair of the east pier will take approximately 80 calendar days to complete.

DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 6

Water Canyon Creek Box Culvert Extension

Before extending the existing box culvert, crews will remove the existing headwalls and wingwalls by saw-cutting the walls and hauling away the removed portions. Crews will then excavate the footprint of the new culvert, build a form, and fill the form with concrete. Workers will extend the culvert by halves, first at the south inlet, and then at the north outlet (although the sequence may be reversed at the time of construction). The culvert inlet south of SR 260 will be extended 13.5 ft with new 24.5-ft-long sloped wingwalls and a 20-ft-wide level headwall. Crews will extend the culvert outlet north of SR 260 14 ft with the same wingwall and headwall dimensions as the inlet. Finally, crews will install a new 10-ft by 29-ft riprap apron over the outlet. Construction activities at the box culvert will result in 0.01 acre of permanent ground disturbance due to the culvert extension, installation of new headwalls and wingwalls, and construction of the outlet riprap apron.

Vegetation Removal

Project activities at the LCR bridge will require the permanent removal of a dense patch of narrowleaf willow (Salix exigua) growing through the existing bank protection, a juniper tree (Juniperus spp.), and 0.003 ac of riparian herbaceous vegetation within the footprint of the new scour floor. Staging and stockpiling, off-road vehicle use, and construction of the temporary access roads will temporarily affect 0.51 acre of floodplain and upland grasses and forbs. Approximately 0.01 acre of riparian herbaceous wetland vegetation will also be temporarily impacted by the water diversion structures.

Extending the culvert on Water Canyon Creek will involve removal of five Russian olive trees (Elaeagnus angustifolia) north of SR 260. Staging and stockpiling and off-road vehicle use will temporarily affect 0.32 ac of upland grasses and forbs and 0.06 ac of wetland vegetation along Water Canyon Creek.

Schedule

Construction will occur from August to December 2019.

Applicable Design Standards and Best Management Practices

Mitigation measures outlined in the revised BE (pages 23-26) include design standards and best management practices (BMPs) (e.g., ADOT 2008, 2012) to control the spread of noxious weeds, avoid negative effects to soils and water quality, control erosion, and rehabilitate disturbed areas after construction. Design features and BMPs applicable to this project include:

• ADOT will prepare a Storm Water Pollution Prevention Plan and Spill Prevention and Pollution Prevention Plan prior to construction to assure that the proposed action will not adversely affect soils or water quality. • The contractor will apply erosion control measures, e.g., construction of a temporary sediment basin and use of hay bales or other methods of erosion control, to prevent soils exposed during construction from entering the river. DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 7

• Prior to the start of ground-disturbing activities, the contractor will arrange for and perform the control of noxious weeds and invasive species in the construction footprint. Herbicide applications will comply with provisions outlined in the next section. • To prevent invasive species from entering or leaving the construction footprint, crews will inspect and clean all vehicles and earthmoving equipment to assure they are free of all attached plant/vegetation material and soil/mud debris before entering or leaving the bridge construction site. • All disturbed soils not permanently altered by shotcrete protection, the scour floor, or riprap will be recontoured and seeded after the project is completed using species native to the project vicinity.

Conservation Measures

Conservation measures are commitments to protect listed species and critical habitats in addition to those addressed under ADOT standard specifications or BMPs. The measures are species- and project-specific. Measures to protect spinedace in the LCR include the aquatic species salvage protocol discussed above, and provisions to minimize negative effects of herbicide treatments to spinedace, as outlined below.

Herbicide Treatments

• The contractor will follow general protection measures for use of herbicides, as outlined by the FWS in White (2007). • The contractor will follow all herbicide label requirements. • The contractor will only use herbicides labeled for use to the edges of water bodies (e.g., imazapyr) and only within recommended buffer zones. • The contractor will not perform broadcast applications of broad-spectrum herbicides within the action area. • During application of imazapyr (aquatic) or other appropriate aquatic formulation, the contractor will establish a buffer zone of 30 feet between the area of application and the river for spot applications, 350 feet for mechanized ground applications, and 300 feet for mechanized ground applications when a steady wind of at least 3 mph is blowing away from the body of water. Within the project limits, this applies to areas extending one mi upstream in any contributing channel, tributary, or spring run, and 300 feet downstream of any habitat of a listed species. • Within 200 feet of the ordinary high water mark of the LCR, the contractor will apply herbicides using hand-wand backpack equipment using liquid streams or relatively coarse sprays to minimize spray drift. • The contractor will use the lowest pressure, largest droplet size, and the largest volume of water permitted by the label during herbicide applications.

Action Area

The FWS defines the action area as all areas to be affected directly or indirectly by the proposed action, and not merely the immediate area involved in the action (50 FR § 402.02). In delineating the action area, we evaluated the farthest reaching physical, chemical, and biotic DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 8

effects of the action on the environment, focusing on, but not exclusive to, the SR 260 crossing of the LCR and the Water Canyon Creek box culvert.

The action area for this project includes 1) all areas that will be subject to vegetation removal and other surface disturbances (the construction footprint); and 2) downstream reaches of the LCR that may be affected by sediment transport during and after the project. The action area for sedimentation effects will include one mi of the LCR downstream of the bridge.

STATUS OF THE LITTLE COLORADO SPINEDACE

The Little Colorado spinedace was listed as threatened with critical habitat on October 16, 1987 (52 FR 35034). We completed a recovery plan for the species in 1998 (U.S. Fish and Wildlife Service [USFWS] 1998). We completed 5-year status reviews in 2008 (USFWS 2008) and 2018 (USFWS 2018). In the 2008 review, we recommended that the species be uplisted to endangered; however, no listing change occurred and the more recent status review (USFWS 2018) concluded that classification as threatened remains an appropriate designation for the species.

We based the 2008 recommendation to uplist on projections of water losses, non-native sportfish movements, and persistent drought conditions affecting the spinedace into the future. However, the 2018 review found that spinedace habitats are persisting and currently support robust numbers and age classes of spinedace in spite of fluctuating water levels and extreme drought. In addition, some non-native sportfish invasions that in 2008 seemed imminent were not as severe as predicted, and since 2008, the FWS and AGFD established three new spinedace populations within the species’ historic range (USFWS 2018).

The spinedace is a small (about 4-inch) minnow native to the LCR drainage. This fish occurs in disjunct populations throughout much of the drainage in Apache, Coconino, and Navajo counties, Arizona. Extensive collections summarized by Miller (1963) indicate that the spinedace was extirpated from much of its historical range from 1939 to 1960. Although few collections were made of the spinedace prior to 1939, we think the species inhabited the northward flowing LCR tributaries of the , including the northern slopes of the White Mountains.

Mitochondrial DNA work on the spinedace was initiated in the 1990s and indicated the existence of three sub-groups identifiable by geographic area (Tibbets et al. 2001): the East Clear Creek drainage; Chevelon Creek; and the upper LCR, including Nutrioso and Rudd creeks. The study concluded that the genetic patterns seen were likely the result of populations being isolated and differentiated by both natural and human-caused events. The East Clear Creek and Chevelon Creek sub-groups are more individually distinctive and possess unique haplotypes, likely the result of a higher degree of isolation. Individuals from the upper Little Colorado sub-group are more similar to each other. Possibly, at least until recent times, there was one population with considerable gene flow. Later, dams and water diversions contributed to the current distribution of disjunct populations. The cause and exact timing of the isolation of the three sub-groups are not known, but Tibbets et al. (2001) recommended that all of these populations be maintained to conserve genetic variation in the species.

DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 9

The spinedace is found in a variety of stream habitats (Blinn and Runck 1990, Miller 1963, Nisselson and Blinn 1989). It is unclear whether occupancy of these habitats reflects the local preferences of the species or its ability to tolerate less-than-optimal conditions. Suitable stream habitat for the spinedace is characterized by clear, flowing pools with slow to moderate currents, moderate depths, and gravel substrates (Miller 1963, Minckley and Carufel 1967). Cover provided by undercut banks or large rocks is often a feature. Surveys have located spinedace in pools and flowing water conditions over a variety of substrates, with or without aquatic vegetation, in turbid and clear water (Denova and Abarca 1992, Nisselson and Blinn 1991). Water temperatures in occupied habitats ranged from 58 to 78 degrees Fahrenheit (14.4 to 25.5 degrees Celsius) (Miller 1963).

As with most aquatic habitats in the southwest, the LCR Basin contains a variety of aquatic habitat types and is prone to severe seasonal and yearly fluctuations in water quality and quantity. Both mountain streams and lower-gradient streams and rivers have provided habitat for the spinedace. Residual pools and spring areas are important refuges during periods of normal low water or drought

Presence of non-native fish in the streams it occupies is one of the primary reasons we listed the spinedace, and along with factors discussed above, may have contributed to the disjunct distribution of populations we see today and the species’ retreat to what may be suboptimal habitats. Non-native fish may compete with and prey upon spinedace and alter spinedace habitats. In the last 100 years, at least ten non-native fish species have been introduced or have expanded into spinedace habitats, including the rainbow trout (Oncorhynchus mykiss), fathead minnow (Pimephales promelas), and golden shiner (Notemigonus crysoleucus). Surveys in East Clear Creek have documented the presence of these three non-native species and brown trout (Salmo trutta) (Denova and Abarca 1992). Experimental data and field observations indicate that at least the rainbow trout is a predator and potential competitor with the spinedace (Blinn et al. 1993).

The spinedace likely still occupies the streams it is known from historically (Chevelon, Nutrioso, East Clear Creek, and the LCR), except for Silver Creek where the fish is likely extirpated. Populations are generally small and the true population size for any occupied stream is unknown due to yearly fluctuations in their numbers and the difficulty of locating fish. Spinedace have disappeared from particular sampling sites for several years, but have reappeared later. The ephemeral nature of their occurrences makes management of the species difficult because we cannot measure population responses to changes within the watershed with certainty. However, all known populations have decreased since 1993 and drought conditions continue to put additional strain on these populations.

Previous Consultations

Federal actions affect the spinedace nearly every year and require formal section 7 consultation. Since 2010, there have been 10 biological opinions that have included the spinedace. A complete list of all consultations affecting this species is available on request.

DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 10

ENVIRONMENTAL BASELINE

The environmental baseline includes past and present effects of all Federal, State, or private actions in the action area, the anticipated effects of all proposed Federal actions in the action area that have undergone formal or early section 7 consultation, and the effect of State and private actions which are contemporaneous with the consultation process. The environmental baseline defines the current status of the species and its habitat in the action area to provide a platform to assess the effects of the action now under consultation.

Description of the Action Area

The LCR is a principal tributary of the Colorado River, flowing north and northwest from its headwaters in eastern Apache County. Runoff typically peaks twice a year, first in spring (February–April) from snowmelt and rain at higher elevations, and again in summer (July– September) from monsoon storms. Only the upper and lowermost river reaches flow year-round.

Within the action area and construction footprint, the LCR is perennial with shallow, clear, slow- to-moderate moving waters over fine sand/gravel bottoms and rocks. The banks of the LCR have little vegetation hanging over the banks to provide aquatic species cover. Within the construction footprint, vegetation varies within four generalized topographic zones: the uplands, floodplain, lowlands, and riverbank. Drier upland areas and parts of the floodplain are dominated by grasses (mixed and short-grass species), forbs, and scattered shrubs. As the floodplain transitions into the lowlands, and soil moisture increases, horsetails (Equisetum ferrissiii) appear, along with sedges (Carex praegracilis), Parish’s spikerush (Eleocharis parishii), other rushes (Carex spp.), and meadow fescue (Schedonorus pratensisrushes). In some lowland areas, moist soils give way to open-water marshes and sedges and rushes transition to monotypic stands of broadleaf cattail (Typha latifolia). These wetlands are supported by irrigated pasture lands that drain into ADOT’s ROW south of the construction footprint. These wetlands are most evident between the bridge and Water Canyon Creek.

Wet lowlands and streambanks along the LCR are distinguished from adjacent uplands primarily by the presence of scattered, broadleaved trees such as Russian olive (Elaeagnus angustifolia), Goodding's willow (Salix gooddingii), an occasional cottonwood (Populus spp.), and juniper (Juniperus spp.). Nearly monotypic, dense stands of narrowleaf willow (Salix exigua), a shrubform of the genus, occurs at the bridge abutments.

Water Canyon Creek crosses the construction footprint and joins the LCR approximately 800 ft north of the bridge. It is seasonally wet, typically after monsoon storms. A stringer of mature Goodding's willow lines the drainage south of the highway. These trees are surrounded by cultivated fields and irrigated pastures, and have benefitted from the agricultural runoff. The line of willows extends from the culvert south about 0.15 mi. Trees north of the highway consist of a discontinuous line of Russian olive (10-15 trees) extending approximately 200 ft north from the culvert’s outlet.

DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 11

Status of the Spinedace in the Action Area

Spinedace records on the LCR mainstem between Springerville and St. Johns extend back to the 1990’s (Dorum and Young 1995). The spinedace is common at Winema and Becker Wildlife Areas (WAs), both of which are within 6 river mi of the action area (Becker Lake is just 3.5 mi downstream of the LCR bridge) (Natural Channel Design, Inc. 2010, AGFD 2018, USFWS 2008, 2018). Other sites in the general area with known spinedace populations include Nutrioso Creek and Rudd Creek; however, these sites are 20 or more river mi from the action area.

Based on AGFD fish sampling on the LCR in 2009, AGFD considers the spinedace to be absent from reaches of the LCR above a water diversion structure just downstream of Airport Road in Springerville (M. Lopez, AGFD fish biologist, personal communication, March 26, 2019). The diversion structure is 2.75 mi downstream of the LCR bridge. The 2009 surveys documented spinedace at several locations downstream of the diversion structure, but spinedace were not detected upstream of this structure. Surveys in 2009 included sampling at the LCR bridge. The last known detection of spinedace at the bridge was in 1991 (AGFD 2018).

In spite of the 2009 survey results, FWS considers it possible that spinedace currently occupy the action area. First, spinedace are common in nearby downstream reaches of the LCR (Winema and Becker WAs). Second, data from 2009 may be outdated with respect to spinedace distribution. Spinedace are able to recolonize new or former stream reaches during wetter periods, and this ability to colonize an area quickly is noted in the literature (Minckley and Carufel 1967) and by personal observations of others familiar with the species. Populations seem to appear and disappear over short time frames and this has made specific determinations on status and exact location of populations difficult. Both researchers and managers have observed this unpredictability (e.g., Miller 1963, Minckley 1973). We note that the Upper Little Colorado River regularly experiences flash floods, often several per year, which could provide opportunities for spinedace to breach the diversion structure at Airport Road and move into upstream reaches. The 78-year average for flows at the nearest stream gauge located about 17 mi downstream of the action area (USGS Stream Gauge Number 09384000) is 75 cubic ft per second (cfs). From 2009, when spinedace surveys last occurred on the LCR main stem, to the present, flows at that gauge exceeded 400 cfs seven times, and exceeded 700 cfs three times. The highest flows so far in 2019 exceeded 450 cfs in April.

Factors Affecting Spinedace in the Action Area

LCR flow and physical attributes have been affected by watershed and floodplain land use changes, dams and water diversions, instream gravel mining, and past and present cattle grazing practices (USFWS 2008). However, at present and throughout most of its range, the spinedace is most vulnerable to predation by and competition from non-native aquatic species including introduced nonnative fish and crayfish. AGFD fish sampling in 2009 documented the following nonnative fish species at the LCR bridge: brown trout, rainbow trout, and fathead minnow. As we discussed in the previous section, the diversion structure below Airport Road in Springerville may limit upstream movements by spinedace during normal flows in the LCR; however, the effects of the structure on movements during peak flows are not clear.

DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 12

Past Projects in the Action Area

A review of past or concurrent section 7 consultations found one previous project that occurred in the action area, the Wallow Fire Flood Protection Project at the SR 260 and SR 261 bridges on the LCR (consultation number 22410-2011-IE-0324). This informal emergency project anticipated flood scour effects to the SR 260 and SR 261 bridges by adding clean riprap material around bridge abutments. Various riparian habitat, stream, and fish enhancement projects that have occurred nearby, but outside of the action area, include the Fish Barrier Maintenance Project on the West Fork of the LCR (02EAAZ00-2015-SLI-0525); Upper Little Colorado River Riparian Enhancement Demonstration Project (22410-2001-F-0218); Little Colorado River and Nutrioso Creek Riparian Enhancement Project (22410-2008-F-0332); Wilkins Family Little Colorado River Restoration Project (22410-2006-F-0222); Wenima Wildlife Area Stream Restoration Project (22410-2010-F-0584); and X Diamond Ranch Riparian Restoration and Enhancement Project (22410-2006-F-0464).

EFFECTS OF THE ACTION

Effects of the action refer to the direct and indirect effects of an action on the species or critical habitat, together with the effects of other activities that are interrelated and interdependent with that action that will be added to the environmental baseline. Interrelated actions are those that are part of a larger action and depend on the larger action for their justification. Interdependent actions are those that have no independent utility apart from the action under consideration. Indirect effects are those caused by the proposed action and are later in time, but are still reasonably certain to occur.

Little Colorado spinedace may occur in the action area when work on the LCR bridge begins in the spring of 2019. Suitable spinedace habitat is present in the construction footprint, in the action area, and upstream and downstream of the action area. Spinedace populations occur on the LCR’s main stem within a few miles of the LCR bridge and in nearby tributaries (e.g., Nutrioso Creek, which joins the main stem three mi downstream of the LCR bridge), and have the ability to expand into areas following increased flows.

Spinedace Capture, Translocation, and Dewatering

Before dewatering, qualified biologists will capture and relocate native fish and frogs out of the construction footprint to the extent possible, but if any spinedace remain at the site, they are likely to be injured or killed. Efforts to capture spinedace and other aquatic wildlife will continue during dewatering, but fish removal is not expected to be 100 percent effective because small fish, including spinedace, may hide in underbank areas, in rocks, or in aquatic vegetation and be missed during removal. Spinedace that are not removed are likely to be killed because of dewatering, or consumed by aquatic predators while being confined to isolated shallow pools. However, provisions outlined in the fish salvage protocol will minimize spinedace injuries or fatalities during construction. In addition, based on the 2009 survey data, we expect that if spinedace occur at the site, they are likely to be present in relatively low numbers. DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 13

Streambed and Vegetation Effects

Installing concrete scour protection under the SR 260 bridge will permanently alter 0.07 ac of streambed which currently serves as spinedace habitat. However, alteration of such a small part of the LCR watershed at the SR 260 bridge footprint will be insignificant for spinedace and its habitat needs.

Access to the streambed below the SR 260 bridge will require grading and construction of two access roads into the work area at the bridge. Construction of the water diversion channels, scour protection floor, and pier repairs, will require heavy equipment and work crews to operate along the streambanks and within the stream channel. Vegetation along the channel, including dense stands of narrowleaf willow growing on the existing gabions at the bridge abutments, and aquatic vegetation in the channel, will be removed or will die as a result of dewatering. Stands of willow will be removed permanently from the abutments so that shotcrete can be applied to the bridge abutments. These activities will eliminate shade and escape cover for the spinedace after water barriers are removed; however, except for the willow stands at the abutments, streamside and aquatic vegetation will regenerate quickly; thus, effects of vegetation removal to the spinedace and its habitat will be temporary, small in size, and therefore will be insignificant.

Water Quality Effects

Conservation measures and BMPs involving spill and storm water protection plans are expected to prevent or minimize effects to stream water quality from materials used during pier repairs, scour floor construction, and shotcrete bridge abutment protection. Under optimal (i.e., dry) conditions, any impacts to water quality due to chemical releases are likely to be minimal or nonexistent. Unforeseen large storm events that result in surface flows through the action area during construction or an accidental spill of a contaminant material, such as concrete, concrete curing agents and sealers, vehicle lubricants, and other chemicals, have the potential to adversely affect water quality. A Clean Water Act Section 404 permit will be required for the project and will include provisions for immediate cleanup of any substance in case of a leakage or spill, and will describe treatment for each substance. Due to BMPs and conservation measures, 404 permit standards, and project timing, we expect any water quality effects to spinedace and its habitat will be insignificant and discountable.

Due to implementation of conservation measures, which include following FWS guidance (White 2007) and label requirements, we expect any effects to spinedace or spinedace habitat from herbicide application will be discountable. Buffers and application methods will prevent adverse effects to fish and water quality. All herbicides within 200 feet of the ordinary high water mark will be applied by hand, with a relatively coarse spray, to insure direct application to plants and to prevent overspray.

Erosion and Sedimentation Effects

ADOT road construction standards and BMPs will minimize erosion and transport of sediments into the LCR during and after construction (ADOT 2008, 2012). Erosion and turbidity will increase during construction as a result of heavy equipment movements into and out of the LCR channel and excavation of water diversion channels. Diversion channels will be narrower than DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 14

the natural low-flow channel and flow velocities, amount of scouring, and sediment transport through the diversion channels and into the LCR will increase accordingly. Increased turbidity may result in channel substrate embeddedness (excessive fines deposited on larger gravels and cobbles) in spinedace spawning areas downstream of the LCR bridge. Increased sedimentation downstream of the LCR bridge is likely to continue after construction due to loss of vegetation from the LCR’s streambanks during construction.

Construction standards and BMPs will help to reduce erosion and downstream sedimentation effects to spinedace in several ways. First, sediment flows during the project will be reduced to the extent possible by construction of a temporary sediment basin, use of sediment fences, and/or other control measures. Second, recontouring the LCR’s streambanks and streambed and reseeding disturbed areas with native plants, will promote post-construction vegetation growth and recovery. With regard to substrate embedding, restoration of flows after diversion channels are removed will return the natural movement of gravel and silt through the construction footprint. Given that erosion control measures are fully implemented, erosion and sedimentation effects downstream of the construction footprint will be minimized and localized, will be temporary, and will cause insignificant adverse effects to spinedace and its habitat.

CUMULATIVE EFFECTS

Cumulative effects include the effects of future State, tribal, local or private actions that are reasonably certain to occur in the action area considered in this biological opinion. Future Federal actions that are unrelated to the proposed action are not considered in this section because they require separate consultation pursuant to section 7 of the Act.

Lands in the project area are privately-owned and are either undeveloped or are developed for agriculture. Although we know of no specific development plans on private lands in the action area, it is reasonable that additional developments may occur in the future.

JEOPARDY ANALYSIS

Jeopardy Analysis Framework

Our jeopardy analysis relies on the following:

“Jeopardize the continued existence of” means to engage in an action that reasonably would be expected, directly or indirectly, to reduce appreciably the likelihood of both the survival and recovery of a listed species in the wild by reducing the reproduction, numbers, or distribution of that species (50 CFR 402.02). The following analysis relies on four components: (1) Status of the Species, which evaluates the range-wide condition of the listed species addressed, the factors responsible for that condition, and the species’ survival and recovery needs; (2) Environmental Baseline, which evaluates the condition of the species in the action area, the factors responsible for that condition, and the relationship of the action area to the survival and recovery of the species; (3) Effects of the Action (including those from conservation measures), which determines the direct and indirect impacts of the proposed federal action and the effects of any interrelated or interdependent activities on the species; and (4) Cumulative Effects, which evaluates the effects of future, non-federal activities in the action area on the species. The DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 15

jeopardy analysis in this biological opinion emphasizes the range-wide survival and recovery needs of the listed species and the role of the action area in providing for those needs. We evaluate the significance of the proposed Federal action within this context, taken together with cumulative effects, for the purpose of making the jeopardy determination.

CONCLUSIONS

After reviewing the current status of the Little Colorado spinedace, the environmental baseline for the action area, the effects of the proposed scour retrofit of the SR 260 bridge, and the cumulative effects, it is our biological opinion that construction activities at the bridge as proposed are not likely to jeopardize the continued existence of the Little Colorado spinedace.

We base our determination on the following rationale:

1) Fish salvage and relocation efforts, and conservation measures included in the proposed action, will conserve as many spinedace as possible, minimizing the number of spinedace killed or injured during construction.

2) The scour retrofit will not result in permanent changes to water flows under the bridge; thus, the project will not result in permanent effects to aquatic habitat.

3) Construction of the scour protection floor will permanently alter approximately 0.11 ac of the streambed within the construction footprint; however, loss of this small amount of stream substrate will not prevent spinedace from using this area in the future.

4) Effects to spinedace and its habitat downstream of the construction footprint from sedimentation or streambed embeddedness will be temporary and herbicide effects are expected to be discountable.

The conclusions of this biological opinion are based on full implementation of the project as described in the Description of the Proposed Action section of this document, including any Conservation Measures that were incorporated into the project design.

INCIDENTAL TAKE STATEMENT

Section 9 of the Act and Federal regulations pursuant to section 4(d) of the Act prohibit the take of endangered and threatened species, respectively, without special exemption. “Take” is defined as to harass, harm, pursue, hunt, shoot, wound, kill, trap, capture or collect, or to attempt to engage in any such conduct. “Harm” is defined (50 CFR 17.3) to include significant habitat modification or degradation that results in death or injury to listed species by significantly impairing essential behavioral patterns, including breeding, feeding, or sheltering. Harass is defined (50 CFR 17.3) as intentional or negligent actions that create the likelihood of injury to listed species to such an extent as to significantly disrupt normal behavior patterns which include, but are not limited to, breeding, feeding or sheltering. “Incidental take” is defined as take that is incidental to, and not the purpose of, the carrying out of an otherwise lawful activity. Under the terms of section 7(b)(4) and section 7(o)(2), taking that is incidental to and not intended as part of the agency action is not considered to be prohibited taking under the Act DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 16

provided that such taking is in compliance with the terms and conditions of this Incidental Take Statement.

AMOUNT OR EXTENT OF TAKE

We anticipate that the proposed action is reasonably certain to result in incidental take of Little Colorado spinedace. This incidental take is expected to be in the forms of harm (direct fatality or injury) and harassment resulting from the effects of the proposed action on the spinedace and dewatering of habitat

We cannot quantify the number of individual spinedace that will escape capture and die during dewatering of the work area because most individuals that are not captured during salvaging operations will be almost impossible to find or may be consumed by predators. Thus, we anticipate take in the form of injury or death of all spinedace that are not captured (i.e., that are missed) at the LCR bridge construction site. Because we anticipate any remaining spinedace in the area to be dewatered will die or be injured within the construction footprint, the project cannot exceed this incidental take as long as the project effects are contained within the action area. If monitoring indicates that fish died or are injured because of the proposed action beyond the construction footprint (e.g., contamination), then incidental take will be exceeded.

EFFECT OF THE TAKE

In the accompanying biological opinion, the FWS determined that this level of anticipated take is not likely to result in jeopardy to the Little Colorado spinedace.

REASONABLE AND PRUDENT MEASURES

The following reasonable and prudent measure is necessary and appropriate to minimize take of spinedace:

1. ADOT will monitor incidental take resulting from the proposed action and report its findings to the FWS

TERMS AND CONDITIONS

In order to be exempt from the prohibitions of section 9 of the Act, ADOT must comply with the following terms and conditions, which implement the reasonable and prudent measure described above and outline required reporting/monitoring requirements. These terms and conditions are non-discretionary.

The following terms and conditions implement reasonable and prudent measure #1 for spinedace:

1.1 ADOT will work with AGFD and the FWS to designate a permitted, and qualified fish biologist to monitor activities in the construction footprint and action area and to ascertain incidental take of spinedace. This monitoring will be accomplished by the biologists who implement the fish salvage protocol. DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 17

Biologists will move all native fish species captured during dewatering of work areas downstream of the construction footprint as provided for in the aquatic species salvage protocol summarized in this BO. Biologists will record the number of each species captured and moved.

1.2 ADOT will submit a report of the salvage and monitoring effort to the Arizona Ecological Services Field Office within 90 days after completion of work at the LCR bridge. This report will briefly document the implementation of the conservation measures; report on the number of spinedace and native fish encountered, collected, and moved downstream; and document any spinedace fatalities that occur.

Disposition of Dead or Injured Listed Species

Upon locating a dead, injured, or sick listed species initial notification must be made to the U.S. Fish and Wildlife Service, Office of Law Enforcement, (Resident Agent in Charge), 4901 Paseo del Norte NE, Suite D, Albuquerque, New Mexico, 87113, telephone: 505/248-7889, within three working days of its finding. Written notification must be made within five calendar days and include the date, time, and location of the animal, a photograph if possible, and any other pertinent information. The notification will be sent to the Office of Law Enforcement, with a copy to this office. Care must be taken in handling sick or injured animals, to ensure effective treatment and care, and in handling dead specimens to preserve the biological material in the best possible state.

CONSERVATION RECOMMENDATIONS

Section 7(a)(1) of the Act directs Federal agencies to utilize their authorities to further the purposes of the Act by carrying out conservation programs for the benefit of endangered and threatened species. Conservation recommendations are discretionary agency activities to minimize or avoid adverse effects of a proposed action on listed species or critical habitat, to help implement recovery plans, or to develop information.

We have not identified any conservation recommendations for the proposed action.

REINITIATION NOTICE

This concludes formal consultation on the action(s) outlined in the request. As provided in 50 CFR §402.16, reinitiation of formal consultation is required where discretionary Federal agency involvement or control over the action has been retained (or is authorized by law) and if: (1) the amount or extent of incidental take is exceeded; (2) new information reveals effects of the agency action that may affect listed species or critical habitat in a manner or to an extent not considered in this opinion; (3) the agency action is subsequently modified in a manner that causes an effect to the listed species or critical habitat not considered in this opinion; or (4) a new species is listed or critical habitat designated that may be affected by the action. In instances where the amount or extent of incidental take is exceeded, any operations causing such take must cease pending reinitiation.

DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 18

We appreciate the ADOT’s efforts to identify and minimize effects to listed species from this project. For further information, please contact Robert Lehman (602) 889-5950 or Greg Beatty (602) 889-5941. Please refer to the consultation number 02EAAZ00-2015-F-0270 in future correspondence concerning this project.

Sincerely,

Jeffrey A. Humphrey Field Supervisor

cc: (electronic) Fish and Wildlife Biologists, Fish and Wildlife Service, Phoenix, AZ (Attn: S. Hedwall, G. Beatty, R. Gordon)

Chief, Habitat Branch, Arizona Game and Fish Department, Phoenix, AZ Supervisor, Region 1, Arizona Game and Fish Department, Pinetop, AZ Wildlife Biologists, ADOT, Phoenix, Flagstaff, AZ (Attn: K. Gade, J. White, A. Navarro) Environmental Coordinator, Bureau of Indian Affairs, Phoenix, AZ (Attn: Chip Lewis) Director, Cultural Resource Enterprise, Pueblo of Zuni, Zuni, NM Director, Cultural Resources, White Mountain Apache Tribe, White River, AZ Executive Director, Inter-Tribal Council of Arizona.

W:\Bob Lehman\Greg's Signature\SR 260 LCR Bridge Final BO 5-30-19.docx DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 19

LITERATURE CITED

Arizona Game and Fish Department (AGFD). 2018. Little Colorado spinedace (Lepidomeda vittata) occurrence map. Heritage Data Management System. Dated 02/07/2018. Phoenix.

Arizona Department of Transportation (ADOT). 2008. Prevention of landscape defacement; protection of streams, lakes, and reservoirs. In: Standard Specifications for Road and Bridge Construction, Section 104.09. Phoenix, Arizona.

Arizona Department of Transportation (ADOT). 2012. Erosion and pollution control manual for highway design and construction. Phoenix, Arizona.

Arizona Department of Transportation (ADOT). 2019. Fish & aquatic species salvage protocol for Little Colorado River bridge. Dated March 26, 2019. Phoenix, Arizona.

Apache-Sitgreaves National Forests. 2006. Environmental Assessment for integrated forest-wide noxious or invasive weed management.

Blinn, D.W. 1993. Preliminary research report on the Little Colorado spinedace at the Flagstaff Arboretum Pond, Flagstaff, Arizona. Report to Parker Fishery Resources Office, U.S. Fish and Wildlife Service.

Blinn, D.W. and C. Runck. 1990. Importance of predation, diet, and habitat on the distribution of Lepidomed vittata: a federally listed species of fish. Report submitted to the Coconino National Forest by the Department of Biological Science, Northern Arizona University, Flagstaff.

Blinn, D.W., C. Runck, D.A. Clark, and J.N. Rinne. 1993. Effects of rainbow trout predation on Little Colorado spinedace. Transactions of the American Fisheries Society 122:139-143.

Denova, B. and F.J. Abarca. 1992. Distribution, abundance, and habitat for the Little Colorado spinedace (Lepidomeda vittata) in the Coconino and Apache-Sitgreaves National Forests along East Clear Creek and its tributaries. Report submitted to Coconino National Forest and Fish and Wildlife Service on Project E5-3, job 4. Arizona Game and Fish Department, Phoenix.

Lopez, M.A., J.R. Novy, R.J. Dreyer, and G.R. Gonzales. 2001a. Nutrioso Creek fish management report. Fisheries Technical Report O1-01. Statewide Fisheries Investigations, Federal Aid Project F-7-M-43. Arizona Game and Fish Department, Phoenix.

Lopez, M.A., R.J. Dreyer, and J. Novy. 2001b. Rudd Creek fish management report. Fisheries Technical Report 01-02. Statewide Fisheries Investigations, Federal Aid Project F-7-M-44. Arizona Game and Fish Department, Phoenix.

DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 20

Miller, R.R. 1963. Distribution, variation, and ecology of Lepidomeda vittata, a rare cyprinid fish endemic to eastern Arizona. Copeia 1:1-5.

Minckley, W.L. 1973. Fishes of Arizona. Arizona Game and Fish Department, Phoenix.

Minckley, W.L., and L.H. Carufel. 1967. The Little Colorado spinedace, Lepidomeda vittata, in Arizona. The Southwestern Naturalist 12(3):291–302.

Natural Channel Design, Inc. (NCO). 2014. Biological evaluation: Wiltbank low water crossing. Flagstaff, Arizona.

Nisselson, C.L. and D.W. Blinn. 1989. Aquatic habitat assessment for Lepidomeda vittata in East Clear Creek, Arizona. Report to the Coconino National Forest from the Department of Biological Sciences, Northern Arizona University, Flagstaff, Arizona.

Nisselson, C.L. and D.W. Blinn. 1991. Aquatic habitat assessment for Lepidomeda vittata in East Clear Creek, Arizona. Final Report to the Coconino National Forest from the Department of Biological Sciences, Northern Arizona University, Flagstaff, Arizona.

Tibbets, C.A., A.C. Weibel, and T.E. Dowling. 2001. Population genetics of Lepidomeda vittata, the Little Colorado River Little Colorado Spinedace. Copeia (3): 813-819.

U.S. Fish and Wildlife Service (USFWS). 1998. Little Colorado River spinedace (Lepidomeda vittata,) recovery plan. Albuquerque, New Mexico.

U.S. Fish and Wildlife Service. 2008. Little Colorado spinedace (Lepidomeda vittata) 5-year review: summary and evaluation. Arizona Ecological Services Office, Phoenix.

U.S. Fish and Wildlife Service. 2018. Little Colorado spinedace (Lepidomeda vittata) 5-year review: summary and evaluation. Arizona Ecological Services Office, Phoenix.

White, J.A. 2007. Recommended protection measures for pesticide applications in Region 2 of the U.S. Fish and Wildlife Service. Environmental Contaminants Program, Austin, Texas.

DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 21

APPENDIX A: CONCURRENCES AND FIGURES

This appendix contains our concurrences with your determinations that the proposed action “may affect, but is not likely to adversely affect” the endangered southwestern willow flycatcher and endangered New Mexico meadow jumping mouse, and Figure 1.

Southwestern Willow Flycatcher

Determination of Effects

We concur with your determination that the proposed action may affect, but is not likely to adversely affect the southwestern willow flycatcher for the following reasons:

• No flycatcher surveys were done specifically for this project and none are known to have recently occurred in the action area (G. Beatty, USFWS Wildlife Biologist, personal communication, November 28, 2016); however, riparian vegetation in the construction footprint is not suitable for breeding flycatchers. Thus, the likelihood of direct or indirect effects to breeding flycatchers will be discountable. • In the event that migrant flycatchers pass through the action area during construction, they would likely avoid the construction footprint and move on to unaffected nearby areas; thus, effects to migrant flycatchers will be insignificant.

New Mexico Meadow Jumping Mouse

FWS species status assessments for the jumping mouse (USFWS 2014, 2018) indicate that mouse populations in Arizona are isolated and widely separated, and that the LCR bridge is separated from nearby mouse populations by distances from 8-17 or more mi and by physical and biological barriers, including Nelson Reservoir on Nutrioso Creek, a tributary of the LCR, and agricultural developments that surround the LCR bridge.

In 2018, ADOT conducted jumping mouse protocol surveys in the LCR bridge construction footprint in cooperation with AGFD (ADOT 2018). ADOT surveys confirmed the presence of suitable jumping mouse habitat at the LCR bridge (vegetation dominated by a grasses, forbs, sedges, and bulrushes), but no jumping mouse captures occurred during the surveys.

Conservation Measures

• Prior to initiation of construction activities, all personnel who will be on-site, including but not limited to, the contractor, contractors’ employees, supervisors, inspectors, and subcontractors will review ADOT’s environmental planning pamphlet entitled Identifying the New Mexican Meadow Jumping Mouse.

Determination of Effects

We concur with your determination that the proposed action may affect, but is not likely to adversely affect the New Mexico meadow jumping mouse for the following reason:

DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 22

• Given the long distances between the bridge and known mouse populations, identified barriers to mouse movements in the action area and local drainages, and that jumping mice were not found in the construction footprint, is unlikely that jumping mice currently occupy the construction footprint or action area; therefore, the likelihood of direct or indirect adverse effects on the mouse from this project is discountable. • Vegetation disturbed in the construction footprint will be rehabilitated after construction; thus, any effects to jumping mouse habitat will be temporary, and therefore, insignificant.

Literature Cited

Arizona Department of Transportation (ADOT). 2018. New Mexico jumping mouse survey within the Little Colorado River bridge construction site along in Eager, AZ. ADOT Project No. H8269 01D, Contract No. ISA/JPA 13-0003918-1. Prepared by the Arizona Game and Fish Department for the Arizona Department of Transportation. Phoenix.

U.S. Fish and Wildlife Service (USFWS). 2014. Species status assessment report for the New Mexico meadow jumping mouse (Zapus hudsonius luteus). May 27, 2014. Albuquerque, New Mexico.

U.S. Fish and Wildlife Service (USFWS). 2018. Species status assessment report for the New Mexico meadow jumping mouse (Zapus hudsonius luteus). Draft report, 1st revision, December 14, 2018. Albuquerque, New Mexico.

DocuSign Envelope ID: EF47DA07-DF40-42AB-A369-2CF1FCD116A6

Mr. Joshua Fife, Biology Team Lead 23

Figure 1. Access routes, staging areas, ORV-use areas, water diversion structures, and the scour protection floor for the State Route 260 Bridge Project on the Little Colorado River, Apache County, Arizona.

APPENDIX B

New Mexico Meadow Jumping Mouse Flyer

How to Identify a New Mexican Meadow New Mexican Meadow Jumping Mouse Identifying the New Jumping Mouse: Zapus hudsonius Iuteus  Small mammal totaling 7.4 to 10 Mexican Meadow inches in length  Extremely long, bi‐colored tail Jumping Mouse  Long hind feet  Brown or yellowish brown coat with brownish black hairs and white underbelly What is the New Mexican Meadow Jumping Mouse’s preferred habitat:  Near rivers, streams, springs and Wetlands or marshes Endangered Species Act  Must have saturated soils surrounded Status: by dense vegetation such as grasses Proposed  Upland areas to 330 ft. from water’s edge  Found in Apache and Greenlee Counties, AZ

If a New Mexican Meadow Jumping Mouse is spotted:  Do NOT disturb or harass in anyway  Do NOT try to approach  If mouse is present at work site, cease work until mouse leaves on its own accord, allowing for a 10 foot avoidance area*

Arizona Department of Transportation Environmental Planning Group 602.712.7767

*Work site: isolated location of ground disturbance. For example‐ vegetation removal or T‐post installation.

Photo Acknowledgements: “County Distribution Maps.” Online Photo. USFWS. 30 Jan 2014.http://www.fws.gov/southwest/es/ES_viewLGPic. fm?cn=New%20Mexico%20meadow%20jumping%20m use&scin=Zapus%20hudsonius%20luteus&mn “Habitat of Meadow Jumping Mouse.” Online Photo. Stuart, JN. 30 Jan 2014. www.flickr.com “Meadow Jumping Mouse”. Online Photo. USFWS. 17 May 2013. http://www.fws.gov/mountain‐prairie /species/mammals/preble/ “Share with Wildlife Program accepting project Ideas for Funding,” NM Wildlife News. Lane, James jr.7 May 2012. NM Game and Fish.http://www.wildlife.state.nm.us/ publications/press_releases/documents/2012/0507 2releases.html “Wildlife Notes, Meadow Jumping Mouse.” Online Photo. NM Game and Fish. 1993. http://wildlife.state.nm.us/education/

wildlife_notes/documents/meadowjumpingm

ouse.pdf

EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE REPORTS (Project, Training and Annual) Federal-Aid Projects

February 1, 1977; Revised July 1, 1978; Revised November 3, 1980 Revised April 15, 1981; Revised September 7, 1983 Revised October 15, 1998; Revised August, 1, 2005; Revised March 1, 2015

ANNUAL REPORT:

For each contract in the amount of $10,000 or more, and for each subcontract, regardless of tier not including material suppliers, in the amount of $10,000 or more, the contractor and each subcontractor regardless of tier shall submit an annual Equal Employment Opportunity (EEO) Report containing all the information required on Form FHWA-1391. Contractors and subcontractors are required to submit the required information through the LCPtracker system, a labor compliance software monitoring certified payroll and prevailing wage.

The staffing figures to be reported should represent the project workforce on board in all or any part of the last payroll period preceding the end of July.

The report shall be submitted no later than September 1.

G:Word6.0:proj13 EEO Compliance Reports BECO Rev. 03-01-15 Federal-Aid Projects Sheet 1 of 1 "General Decision Number: AZ20200009 01/03/2020

Superseded General Decision Number: AZ20190009

State: Arizona

Construction Type: Highway

Counties: Apache, Cochise, Gila, Graham, Greenlee, La Paz, Navajo and Santa Cruz Counties in Arizona.

HIGHWAY CONSTRUCTION PROJECTS

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.80 for calendar year 2020 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/03/2020

CARP0408-007 07/01/2019

APACHE, COCHISE & SANTA CRUZ COUNTIES

Rates Fringes

CARPENTER (Including Cement Form Work)...... $ 28.08 12.74 ------ENGI0428-004 07/01/2019

Rates Fringes

POWER EQUIPMENT OPERATOR Oiler Driver...... $ 29.21 11.04 ------* IRON0075-006 08/01/2019

Apache, Cochise, Gila, Graham, Greenlee, La Paz, Navajo Counties

Rates Fringes

Ironworker, Rebar...... $ 27.80 19.05

Zone 1: 0 to 50 miles from City Hall in Phoenix or Tucson Zone 2: 050 to 100 miles - Add $4.00 Zone 3: 100 to 150 miles - Add $5.00 Zone 4: 150 miles & over - Add $6.50

------SUAZ2009-002 04/23/2009

Rates Fringes

CARPENTER Gila, Graham, Greenlee, La Paz & Navajo...... $ 21.71 3.82

CEMENT MASON...... $ 17.74 3.59

ELECTRICIAN...... $ 24.43 5.38

IRONWORKER, Rebar Santa Cruz county...... $ 21.75 13.59

LABORER Asphalt Raker...... $ 14.97 5.88 Concrete Worker...... $ 13.38 4.50 Fence Builder...... $ 12.20 3.84 Flagger...... $ 12.31 3.96 General/Cleanup...... $ 12.78 2.50 Guard Rail Installer...... $ 12.20 3.84 Landscape Laborer...... $ 11.02 Water Blaster...... $ 14.90 2.90

OPERATOR: Power Equipment Backhoe < 1 cu yd...... $ 17.76 3.89 Compactor Self Propelled (with blade-grade operation.$ 22.53 6.57 Compactor Small Self Propelled (with blade- backfill, ditch operation)..$ 22.29 6.31 Concrete Pump...... $ 20.31 6.48 Crane (under 15 tons)...... $ 22.98 4.26 Drilling Machine (including wells)...... $ 21.79 4.10 Grade Checker...... $ 23.41 6.54 Hydrographic Seeder...... $ 19.73 5.40 Mass Excavator...... $ 23.33 6.98 Milling Machine/Rotomill....$ 21.87 6.84 Power Sweeper...... $ 19.33 4.85 Roller (all types asphalt)..$ 17.46 5.58 Roller (excluding asphalt)..$ 19.23 5.09 Scraper (pneumatic tire)....$ 22.41 6.90 Screed...... $ 20.90 6.72 Skip Loader (all types 3 < 6 cu yd)...... $ 20.91 7.35 Skip Loader (all types 6 < 10 cu yd)...... $ 22.24 6.83 Skip Loader < 3 cu yd...... $ 17.97 6.60 Tractor (dozer, pusher- all)...... $ 22.53 6.47 Tractor (wheel type)...... $ 24.62 7.57

PAINTER...... $ 13.94 2.56

TRUCK DRIVER 2 or 3 axle Dump or Flatrack...... $ 16.17 4.24 Oil Tanker Bootman...... $ 21.94 Pickup...... $ 12.88 1.73 Water Truck < 2500 gal...... $ 19.59 5.90 Water Truck > 3900 gal...... $ 18.70 4.79 Water Truck 2500 < 3900 gal...... $ 17.13 ------

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

======

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).

------

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

======

END OF GENERAL DECISION "

ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION

BID SCHEDULE

CONTRACT # 2016024

TRACS No. Project No. Item County District Gross Length Net Length Prepared By: 260 AP 394 H826901C 260-C(204)T 14517 APACHE NORTHEAST 0 Farhana Jesim

Highway Termini Location Work Description

SHOW LOW-MC NARY-EAGAR HIGHWAY (SR LITTLE COLORADO RIV. BR # 416 BRIDGE PRESERVATION & SCOUR RETROFIT 260) Printed: 3/6/2020 BID SCHEDULE Page 1 of 6

260 AP 394 H826901C

Item No. Item Description Unit Quantity Unit Price Extended Amount

2020045 REMOVAL OF RIPRAP CU.YD. 19

2020072 REMOVE AND SALVAGE GUARD RAIL L.FT. 63

2020100 REMOVE FENCE (BABED WIRE ) L.FT. 193

2030502 STRUCTURAL EXCAVATION (SCOUR RETROFIT) CU.YD. 334

6110203 PROTECTIVE RAILING L.FT. 100

7015010 TEMPORARY CONCRETE BARRIER (INSTALLATION L.FT. 540 AND REMOVAL)

7015020 TEMPORARY IMPACT ATTENUATORS (INSTALLATION EACH 6 AND REMOVAL)

7015052 OBLITERATE PAVEMENT MARKING (STRIPE) L.FT. 2,440

7016020 TEMPORARY CONCRETE BARRIER (IN USE) L.FT.-DAY 8,100

7016021 TEMPORARY IMPACT ATTENUATORS (IN USE) EACH-DAY 228

7016030 BARRICADE (TYPE 1, TYPE 2, VERT.PANEL, TUBULAR EACH-DAY 720 MARKER)

7016031 BARRICADE (TYPE 3, HIGH LEVEL FLAG TREE) EACH-DAY 168

7016033 PORTABLE SIGN STAND (SPRING TYPE) EACH-DAY 45

7016035 WARNING LIGHT (TYPE A) EACH-DAY 972 Printed: 3/6/2020 BID SCHEDULE Page 2 of 6

260 AP 394 H826901C

Item No. Item Description Unit Quantity Unit Price Extended Amount

7016037 WARNING LIGHT (TYPE C) EACH-DAY 720

7016039 EMBEDDED SIGN POST EACH-DAY 1,200

7016050 TRUCK-MOUNTED ATTENUATOR EACH-DAY 49

7016051 TEMPORARY SIGN (LESS THAN 10 S.F.) EACH-DAY 972

7016052 TEMPORARY SIGN (10 S.F. OR MORE) EACH-DAY 320

7016067 CHANGEABLE MESSAGE BOARD (CONTRACTOR EACH-DAY 60 FURNISHED)

7016075 FLAGGING SERVICES (CIVILIAN) HOUR 1,368

7016078 FLAGGING SERVICES (LOCAL ENFORCEMENT HOUR 456 OFFICER)

7016080 FLAGGING SERVICES (DPS) HOUR 456 $65.26 $29,758.56

7080201 WATERBORNE-TYPE I PAVEMENT MARKING (PAINTED) L.FT. 920 (WHITE)

7080202 WATERBORNE-TYPE I PAVEMENT MARKING (PAINTED) L.FT. 1,644 (YELLOW)

7090001 DUAL COMPONENT PAVEMENT MARKING (WHITE L.FT. 822 EPOXY)

7090002 DUAL COMPONENT PAVEMENT MARKING (YELLOW L.FT. 822 EPOXY) Printed: 3/6/2020 BID SCHEDULE Page 3 of 6

260 AP 394 H826901C

Item No. Item Description Unit Quantity Unit Price Extended Amount

8050003 SEEDING (CLASS II) ACRE 1

8101018 EROSION CONTROL (STABILIZED CONSTUCTION SQ.YD. 340 ENTRANCE/EXIT )

8101021 EROSION CONTROL (WATTLES) (9") L.FT. 553

8101031 EROSION CONTROL (RIPRAP)(1" TO 3" CU.YD. 68 ANGULAR)(GRADATION C)

9010001 MOBILIZATION L.SUM 1

9030011 BARBED WIRE FENCE, TYPE 1 L.FT. 98

9030101 FENCE GATE, TYPE 1, SINGLE EACH 2

9050111 RECONSTRUCT GUARDRAIL WITH EXISTING L.FT. 63 MATERIALS

9120004 SHOTCRETE (4") SQ.YD. 253

9130001 RIPRAP (DUMPED) CU.YD. 19

9240014 FORCE ACCOUNT WORK (BRIDGE SUBSTRUCTURE L.SUM 1 $30,000.00 $30,000.00 REPAIR)

9240015 FORCE ACCOUNT WORK (DEWATERING) L.SUM 1 $30,000.00 $30,000.00

9240050 MISCELLANEOUS WORK (DIVERSION CHANNEL) L.SUM 1 Printed: 3/6/2020 BID SCHEDULE Page 4 of 6

260 AP 394 H826901C

Item No. Item Description Unit Quantity Unit Price Extended Amount

9240181 MISCELLANEOUS WORK (CONTROL OF NOXIOUS SQ.YD. 3,000 PLANTS)(MANUAL/MECHANICAL METHOD)

9240182 MISCELLANEOUS WORK (CONTROL OF NOXIOUS SQ.YD. 4,000 PLANTS ) HERBICIDE )

9250001 CONSTRUCTION SURVEYING AND LAYOUT L.SUM 1 Printed: 3/6/2020 BID SCHEDULE Page 5 of 6

260 AP 394 H826901C

Item No. Item Description Unit Quantity Unit Price Extended Amount

COLORADO RIVER BRIDGE # 416

6010002 A STRUCTURAL CONCRETE (CLASS S) (F'C = 3,000) CU.YD. 83

6050002 A REINFORCING STEEL LB. 7,050 Printed: 3/6/2020 BID SCHEDULE Page 6 of 6

260 AP 394 H826901C

Item No. Item Description Unit Quantity Unit Price Extended Amount

WATER CANYON CREEK 6 X 7 RCBC

2020048 B REMOVAL OF STRUCTURE (HEADWALL & WINGWALL)) EACH 2

2030501 B STRUCTURAL EXCAVATION CU.YD. 76

2030506 B STRUCTURE BACKFILL CU.YD. 104

6010002 B STRUCTURAL CONCRETE (CLASS S) (F'C = 3,000) CU.YD. 97

6050002 B REINFORCING STEEL LB. 9,086

6050101 B PLACE DOWELS EACH 10

BID TOTAL : PROPOSAL

TO THE ARIZONA DEPARTMENT OF TRANSPORTATION:

Gentlemen:

The following Proposal is made for constructing project

260 AP 394 H826901C STBG-260-C(204)T SHOW LOW-MCNARY-EAGAR HIGHWAY (SR 260) (LITTLE COLORADO RIVER BRIDGE, STR #416)

in the State of Arizona.

The following Proposal is made on behalf of ______

______and no others. (NAME OF COMPANY, FIRM, OR CORPORATION)

The undersigned hereby certifies that (s)he has been duly authorized to submit a proposal on behalf of the company, firm, or corporation mentioned above; and further certifies, pursuant to Subsection 112(c) of Title 23, United States Code and Title 44, Chapter 10, Article 1 of the Arizona Revised Statutes, that neither (s)he nor anyone associated with the company, firm, or corporation mentioned above has, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such project and furthermore that no member or employee of the Arizona Department of Transportation is personally or financially interested, directly or indirectly, in the Proposal, or in any purchase or sale of any materials or supplies for the work to which it relates, or in any portion of the profits thereof.

The undersigned certifies that the approved Plans, Standard Specifications, Special Provisions and forms of Contract and Bond authorized by the Arizona Department of Transportation and constituting essential parts of this proposal, have been carefully examined, and also that the site of the work has been personally inspected. The undersigned declares that the amount and nature of the work to be done is understood and that at no time will misunderstanding of the Plans, Specifications, Special Provisions, or conditions to be overcome, be plead. On the basis of Plans, Specifications, Special Provisions, and the forms of Contract and Bond proposed for use, the undersigned proposes to furnish all the necessary equipment, materials, machinery, tools, apparatus, and other means of construction, and labor to do all the work in the manner specified, and to accept, as full compensation therefor, the sum of the various products obtained by multiplying each unit price, herein bid for the work or materials, by the quantity thereof actually incorporated in the complete project, as determined by the State Engineer. The undersigned understands that the quantities mentioned herein are approximate only and are subject to increase or decrease and hereby proposes to perform all quantities of work as either increased or decreased, in accordance with the provisions of the Specifications, at the unit price bid in the Bidding Schedule.

The undersigned further proposes to perform all extra work that may be required on the basis provided in the Specifications and to give such work personal attention and to secure economical performance.

The undersigned further proposes to execute the Contract Agreement and furnish satisfactory Bond within ten calendar days from the date of Notice of Award, time being of the essence. The undersigned further proposes to begin work as specified in the contract attached hereto, and to complete the work on or before expiration of the contract time as defined in the Specifications, and maintain at all times a Payment Bond and a Performance Bond, approved by the State Engineer, in an amount equal to one hundred (100) percent of the total bid. These bonds shall serve not only to guarantee the completion of the work on the part of the undersigned, but also to guarantee the excellence of both workmanship and material and the payment of all obligations incurred, until the work is finally accepted and the provisions of the Plans, Standard Specifications and Special Provisions fulfilled. 12-5901 R03/11 Proposal Sheet 1 of 2 A Proposal Guaranty in the amount and character named in the Advertisement for Bids is enclosed, which Proposal Guaranty is submitted as a guaranty of the good faith of the bidder, and that the bidder will enter into written contract, as provided, to do the work, if successful in securing the award thereof, and it is hereby agreed that if at any time other than as provided in the Proposal there should be failure on the part of the undersigned to execute the Contract and furnish satisfactory Bond as herein provided, the State of Arizona, in either of such events, shall be entitled and is hereby given the right to retain the said Proposal Guaranty as liquidated damages.

If by a Corporation:

(Seal)

Corporate Name:

Corporate Mailing Address: Zip Code:

Incorporated under the laws of the State of:

By (Signature): Date:

President:

Secretary:

Treasurer:

If by a Firm or Partnership:

Firm or Partnership Mailing Name:

Firm or Partnership Address:

By (Signature): Date:

Name and Address of Each Member:

If by an Individual:

Signature: Date:

Mailing Address: 12-5901 R03/11 Proposal Sheet 2 of 2 ARIZONA DEPARTMENT OF TRANSPORTATION SURETY (BID) BOND (Penalty of this bond must not be less than 10% of the bid amount)

KNOW ALL MEN BY THESE PRESENTS, THAT ______

______as Principal, hereinafter called the Principal, and ______

______a corporation duly organized under the laws of the state of ______hereinafter called the Surety, holding a certificate of authority to transact surety business in this State issued by the Director of the Department of Insurance, are held and firmly bound unto the Arizona Department of Transportation, as Obligee, hereinafter called the Obligee, in the sum of Ten Percent (10%) of the amount of the bid of Principal, submitted by Principal to the Arizona Department of Transportation for the work described below, for the payment of which sum well and truly to be made, the said Principal and the said Surety bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.

WHEREAS, the Principal is herewith submitting its proposal for TRACS/Project No.

260 AP 394 H826901C STBG-260-C(204)T SHOW LOW-MCNARY-EAGAR HIGHWAY (SR 260) (LITTLE COLORADO RIVER BRIDGE, STR #416)

NOW THEREFORE, if the Obligee, acting by and through its Transportation board, shall accept the proposal of the Principal and the Principal shall enter into contract with the Obligee in accordance with the terms of such proposal, and give such bonds and certificates of insurance as may be specified in the contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bonds and certificates of insurance, if the Principal shall pay to the Obligee the difference not to exceed the penalty of the bond between the amount specified in the proposal and such larger amount for which the obligee may in good faith contract with another party to perform the work covered by the proposal then this obligation is void. Otherwise it remains in full force and effect.

IN WITNESS WHEREOF, we hereunto set our hands and seals:

______Principal Surety

______By By Attorney-in-Fact

______Title Address Attorney-in-Fact

Subscribed and sworn before me this ______day of ______, 20 ______.

My Commission expires: ______

______R9/13 Notary Public

CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS APRIL, 1969

The bidder ______, proposed subcontractor ______, hereby certifies that he has _____, has not _____, participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that he has ______, has not ______, filed with the Joint Reporting committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements.

______(Company)

By: ______

______(Title)

Date: ______

Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7b (1),) and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5 (Generally only contracts or subcontracts of $10,000 or under are exempt.)

Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations.

Information concerning Standard Form 100 (EEO-1) is available from:

Joint Reporting Committee P.O. Box 19100 Washington, D.C. 20036-9100

Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor.

260 AP 394 H826901C STBG-260-C(204)T SHOW LOW-MCNARY-EAGAR HIGHWAY (SR 260) (LITTLE COLORADO RIVER BRIDGE, STR #416)

R7/03

CERTIFICATION WITH RESPECT TO THE

RECEIPT OF ADDENDA

In the submission of a bid and by the signing of the Proposal, this will certify that the following numbered addenda issued on this project have been brought to my personal attention and furthermore that I understand and agree that those will be made a part of the Contract.

Addendum No. ______, ______, ______, ______, ______

______PRINT NAME OF CONTRACTOR

______SIGNATURE

______TITLE

______DATE

260 AP 394 H826901C STBG-260-C(204)T SHOW LOW-MCNARY-EAGAR HIGHWAY (SR 260) (LITTLE COLORADO RIVER BRIDGE, STR #416)

REVISED 05/02

ARIZONA DEPARTMENT OF TRANSPORTATION PARTICIPATION IN BOYCOTT OF ISRAEL CERTIFICATION FORM

Unless and until the District Court's injunction in Jordahl is stayed or lifted, the Anti-Israel Boycott Provision (A.R.S. § 35-393.0l(A)) is unenforceable and the State will take no action to enforce it. This attachment (Participation in Boycott of Israel) is no longer a mandatory part of the offer. Offers will not be evaluated based on whether this certification has been completed.

260 AP 394 H826901C STBG-260-C(204)T SHOW LOW-MCNARY-EAGAR HIGHWAY (SR 260) (LITTLE COLORADO RIVER BRIDGE, STR #416) This Certification is required in response to legislation enacted to prohibit the State from contracting with companies currently engaged in a boycott of Israel. To ensure compliance with A.R.S. §35‐393.01, this form must be completed and returned with the bid. The bidder understands that this response will become public record and may be subject to public inspection. As defined by A.R.S. §35‐393.01: 1. "Boycott" means engaging in a refusal to deal, terminating business activities or performing other actions that are intended to limit commercial relations with Israel or with persons or entities doing business in Israel or in territories controlled by Israel, if those actions are taken either: (a) In compliance with or adherence to calls for a boycott of Israel other than those boycotts to which 50 United States Code section 4607(c) applies. (b) In a manner that discriminates on the basis of nationality, national origin or religion and that is not based on a valid business reason. 2. "Company" means a sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, Limited Liability Company or other entity or business association, and includes a wholly owned subsidiary, majority‐owned subsidiary, parent company or affiliate. 3. "Direct holdings" means all publicly traded securities of a company that are held directly by the state treasurer or a retirement system in an actively managed account or fund in which the retirement system owns all shares or interests. 4. "Indirect holdings" means all securities of a company that are held in an account or fund, including a mutual fund, that is managed by one or more persons who are not employed by the state treasurer or a retirement system, if the state treasurer or retirement system owns shares or interests either: (a) Together with other investors that are not subject to this section. (b) That are held in an index fund. 5. “Public entity" means this State, a political subdivision of this STATE or an agency, board, commission or department of this state or a political subdivision of this state. 6. “Public fund" means the state treasurer or a retirement system. 7. "Restricted companies" means companies that boycott Israel. 8. "Retirement system" means a retirement plan or system that is established by or pursuant to title 38.

All Bidders must select one of the following:

The bidder does not participate in, and agrees not to participate in during the term of the contract a boycott of Israel in accordance with A.R.S. §35‐393.01.

The bidder does participate in a boycott of Israel as defined by A.R.S. §35‐393.01.

By submitting this response, the bidder agrees to indemnify and hold the State, its agents and employees, harmless from any claims or causes of action relating to the State’s action based upon reliance on the above representations, including the payment of all costs and attorney fees incurred by the State in defending such an action.

Company Name Signature of Person Authorized to Sign

Address Printed Name

City State Zip Title Participation in Boycott of Israel Certification Form 01/25/19 ARIZONA DEPARTMENT OF TRANSPORTATION

DISADVANTAGED BUSINESS ENTERPRISE (DBE) GOAL ASSURANCE

The undersigned, fully cognizant of the requirements and of the goal established, hereby certifies that in the preparation of this bid for federal aid project:

260 AP 394 H826901C STBG-260-C(204)T SHOW LOW-MCNARY-EAGAR HIGHWAY (SR 260) (LITTLE COLORADO RIVER BRIDGE, STR #416)

(CHECK ONE)

______The bidder has met the established DBE goal and arrangements with certified DBEs have been made prior to the submission of the bid, or

______The bidder has been unable to meet the established DBE goal prior to the submission of the bid and has made good faith efforts to do so.

THIS CERTIFICATE MAY NOT BE REVISED OR CORRECTED AFTER SUBMISSION OF THE BID.

If the bidder certifies that it has met the goal, the bidder cannot change its position after submission of the bid and submit documentation of a good faith effort. If the bidder certifies that it has been unable to meet the goal and has made a good faith effort, the bidder cannot change its position after submission of the bid and claim to have met or be able to meet the established goal.

In accordance with the DBE Special Provisions, the bidder shall specify its DBE participation on the "DBE Intended Participation Affidavit", or provide documentation of its good faith efforts, by 4:00 p.m. on the fifth calendar day following the bid opening. The bidder shall obtain the required affidavit from the Business Engagement & Compliance Office (BECO) website at http://www.azdot.gov/bec or email [email protected]

______Print Name of Firm

______Print Name of Authorized Officer of Firm

______Signature of Authorized Officer of Firm

______Title

______Date

BECO Form 102C (Rev. 12-06-2017)